Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2002 FBO #0295
SOLICITATION NOTICE

36 -- FSC: 3695, Grit recovery system

Notice Date
9/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1341
 
Point of Contact
Ralph A. Franchi 619-532-2517
 
E-Mail Address
Email your questions to Click here to contact the Contracting Officer via e-mail.
(ralph_a_franchi@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-02-T-1341. The RFQ and incorporated provisions and clauses are those in effect through FAC 2001-09 and class deviation 2002-o0003. This solicitation is issued as unrestricted. NAICS Code 333999 and business size standard of 500 employees are applicable. The Fleet and Industrial Supply Center-San Diego (FISC-SD N00244) is announcing a requirement Equipment and installation services for the following: Item 0001: Grit recovery system: System is to contain the following: Bucket Elevator to replace ?Universal Industrie s? model U2-800 Easy dump system, Reclaim Separation System, Media Storage Hopper, Dust Collection Equipment and Electrical Control Panel; Item 0002: Labor services to install system, Item 0003: Freight charges (if applicable); Performance Specification for the components: (1) Bucket elevator, Overall height is approximately 46?6? with 40? of the elevator being above grade and the 6?6? in a collection pit designed to delivery abrasive to the inlet section of the elevator and into the path of the elevator buckets. The elevator must be able to move 20 tons per hour of 250# C.F. of G-40 steel grit blast media to the reclaim separator. Must be equipped with access ladder and maintenance platform to allow for maintenance of equipment. 2. Reclaim Separator: Replace existing 60? Sweco vibro energy type with rotating drum and air wash separator. 3. Media Storage Hopper: Replace existi ng 400 c.f. storage hopper with 700 c.f. or 80 tons of steel grit capacity. Hopper dump chute must have a minimum of 10?6? ground clearance with a manually operated flow gate to allow for loading of portable blast pots. 4. Dust Collector: Replace existing dust collector with a minimum 600 CFM cartridge type, reverse pulse style designed for continuous duty outfitted with an adjustable timer for controlling the ?on?, ?off? time of the air pulse and differential pressure gage. The timer is to be enclosed in a NEMA-4 control panel. Access panels are required for ease of filter service and replacement. 5. Electrical Control Panel: The panel will be a NEMA-12 enclosure that will house all electrical control components. All control buttons, indicator lights and meters will be mounted in the enclosure door and labeled for their specific function. Primary voltage for all motors will be 460v, 3ph, 60Hz. Control voltage will be fused, 110vac provided by a step down transformer. Motor starters will be provided for the dust collector, bucket elevator and abrasive reclaim units. The required material and services are required to be delivered within (60) days or sooner ARO. All material is to be delivered to and labor services performed aboard SIMA-SD, US Naval Station, San Diego, CA 92136. All material and services will be inspected and accepted at Destination (Government location). IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www. ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, (c) Fax: 619-532-2287 FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advan tageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of Contractor to meet and accomplish the requirement: To be determined technically acceptable, the contractor must furnish a Technical Proposals in accordance with FISC-SD local clause #231. (ii) Past Performance: Provide Past Performance data on your companies most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar equipment required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of sale, items sold, unit prices Government activity or commercial company, point of contact/phone number. This Performance data is to be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide a total cost for the materials required by this solicitation. Contractors must provide the total number hours of labor for the required installation and the hourly labor rate. Pricing will be evaluated against other quotations received. Only those quotations which have been determined to have met all factors will be considered for award. #230 PREPARATION OF TECHNICAL PROPOSALS (AUG 1992) FISC SAN DIEGO) The technical proposal shall cover your understanding of the requirement and your proposed method of approach to attain contract objectives. Technical content shall be such as to enable engineering personnel with general training to make a thorough and complete evaluation and arrive at a sound determination as to whether or n ot the item and/or effort proposed and described will satisfy the requirements of the Government. To facilitate the evaluation, the technical proposal should be sufficiently specific, detailed and complete to clearly demonstrate that the Offeror has a thorough understanding of the requirements for and any technical problems inherent in, the achievement of the specifications and has a valid and practical solution for each contemplated problem. It is realized that all technical factors cannot be detailed in advance; however, the technical proposal shall contain sufficient detail to indicate the proposed means for complying with all applicable specifications and shall include a complete explanation of the techniques and procedures to be exercised. Data previously submitted may not be considered; therefore, such data should not be relied upon nor incorporated in the technical pro posal by reference. Statements that the prospective offeror understands, can or will comply with all specifications or parts thereof, and phrases such as "standard procedures will be employed" or "well known techniques will be used," etc., will be considered insufficient. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. End. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit quotations to: Fleet a nd Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 2611. 619-532-2287 fax. Address all questions or inquiries to the Contracting Officer at: 619-532-2517 or e-mail: ralph_a_franchi@sd.fisc.navy.mil Reference solicitation number: N00244-02-T-1341 on all documents and requests for information. Quotes must be received no later than COB 4:00 p.m. (PST) on 09/24/02.
 
Web Link
Click here to learn more about FISC-SD
(http://www.sd.fisc.navy.mil)
 
Record
SN00173151-W 20020923/020921213254 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.