SOLICITATION NOTICE
Z -- SCREW PUMP INSPECTION AND REPAIR
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700104Q0055
- Response Due
- 9/16/2004
- Archive Date
- 10/31/2004
- Point of Contact
- SSgt Joseph A. Yacovone (910) 451-3072 Debra A. Matthews
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) under solicitation number M67001004Q0055. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The NAICS code for this procurement is 221320. This solicitation is unrestricted, and the government intends to only make one award. The purpose of this solicitation is for a service contract to perform quarterly visual inspections, preventative maintenance, and repairs on (3) Laketech screw pumps located at the wastewater treatmant facility aboard Marine Corps Base Camp Lejeune, NC. The line item(s) are as follows; CLIN 0! 001- Is for the quarterly visual inspections, preventative maintenance, and repairs of (3) government-owned screw pumps. The make of the screw pumps is Laktech. The quarterly inspections and preventative maintenance shall consist of but are not limited to lubricating, adjusting, calibrating, gauging, visual and detailed inspections. Service to the specific parts are as follows: Service to the lower bearing shall include closing of the effluent gate to each screw pump and clean out influent chamber area surrounding the bearing, check the condition of the lower bearing, ensuring the adjusting block and screw are secure, verify gauging dimension of lower sleeve bearing is within regulations, inspect the lower seal to ensure grease is not being expelled through the indicator, inspect grease lines verifying they are in good condition and that grease is being expelled through the visual indicator, and inspect the grease seal by removing the lower bearing if grease is not being ! expelled through the indicator. Service to the physical screw condition shall include the inspect the entire length of each screw checking the condition of the flights, deflector position, and trough grout. Service to the upper bearing shall include inspection to the guaging and grease seals. Service to the reducer shall include inspection of the backstop for proper operation, and unusual noise, and verify the alignment of the drive sheave per manufactures recomendations. Service to the base plate on top pedestal shall include inspection of all the grout and anchors. Lubrication services shall include the manual grease and lubracation of the upper bearings, visually inspect the grease flow through the lower bearing, perform necessary maintenance to grease pump if faulty, change oil in reducers (semi-annually), change oil in backstop flushing with mineral spirits simultaneously with reducer oil (semi-annually), removal of coupling grease and repack of couplings(semi-ann! ually) and lubracate motors per manufactures recommendations. The supply and disposal of all lubracants is the responsibility of the Government. The period of performance is 01 October 2004 through 30 September 2005, with four priced out option years. The quote shall include the total quarterly rate for the tasks included in CLIN 0001. The performance of work shall be in accordance with ?O? and ?M? manuals and specifications. FOB site: Destination. The following provisions/clauses and apply to this procurement-FAR 52.212-1 Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 Period for acceptance of offerors. The government requires a minimum acceptance period of 30 calendar days. FAR 52.212-2 Evaluation Commercial Items. Quotes be evaluated based on the offeror's ability to meet the government's needs and price.. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The contractor shall submit a completed copy of Representation and! Certifications, contained in FAR 52.212-3, with their proposal. Contractors that fail to furnish required representations or information, or rejects the terms and conditions of this solicitation, may be excluded from cosideration. FAR 52.212-4 Contract terms and conditions -commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of commercial items no later than 60 days from the date of contract award. Contractors must be registered in the CCR (Central Contractor Registration) database. Lack of registration in the CCR will make contractors ineligible for award. Information may be obtained by calling (888) 227-2423 or via the Internet at http://www.ccr.gov. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD vendors to su! bmit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.odgen.disa.mil/. WAWF training can be accessed at http://www.wawftraining.com.Offers are due to Contracting Division PO Box 8368 Camp Lejeune, NC 28547 no later than 4:30 pm 16 September 2004. Electronic or faxed quotes are acceptable. Point of contact for this procurement is SSgt Joseph Yacovone, phone (910)451-3072 fax (910)451-2332, and email yacovoneja@lejeune.usmc.mil.
- Record
- SN00670311-W 20040912/040910212930 (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 |