Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOLICITATION NOTICE

Z -- 2 Booster Pumps at Luke AFB

Notice Date
7/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3142125A001
 
Archive Date
7/25/2012
 
Point of Contact
Jeffrey A Kistler, Phone: 623-856-2768
 
E-Mail Address
jeffrey.kistler@luke.af.mil
(jeffrey.kistler@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION F2U3142125A001 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; proposals are being requested and a written solicitation will not be issued. This solicitation, No. F2U3142125A001 issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small business. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This acquisition is unrestricted; NAICS: 335312 ; Size Std.: 1000 employees. This acquisition is for: Contract Line Item(s) (CLIN) 0001, Description: Contractor shall provide all labor, transportation, tools and material necessary to perform " Removal and replacement of booster pump/motor #3 and gate valve at facility 1385 on LAFB and in accordance with the attached Statement of Work. (CLIN) 0002, Description: Contractor shall provide all labor, transportation, tools and material necessary to perform " Removal, replacement and repair of booster pump #5 at facility 809 on LAFB and in accordance with the attached Statement of Work. Crane service will be required. Work may be completed during normal work hours of 7:00 AM to 4:00 PM. Required Delivery: Thirty (30) calendar days after receipt of order. Period of acceptance of offers: the offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for the receipt of offers. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation, for the purposes of this clause the blank is completed as follows: (a)...: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price: Award will be made to the lowest evaluated offer that meets the requirements of the solicitation. (2) Ability to meet the technical capabilities of the items specified. The Government reserves the right to make an award based on initial offers received without discussions of such offers. Evaluation will be based on low price technically acceptable offeror demonstrating evidence of past performance with timely delivery. Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order--Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition with addenda incorporating FAR clause(s) Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-19; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items applies to this solicitation with addenda incorporating DFARS clause(s) 252.225-7001, Buy American Act and Balance of Payment Program. To be considered for award, offerors must also comply with DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.232-7009, Payment by Electronic Funds Transfer. Central Contractor Registration information can be obtained through the Internet at www.ccr.gov Offers shall be submitted via email and received not later than 4:00 PM local time, 10 July 2012. Direct any questions or concerns to Jeff Kistler at (623) 856-2768, fax number 623-856-3438 or email at jeffrey.kistler@luke.af.mil. ******SOW ****** STATEMENT OF WORK REPAIR BOOSTER PUMP #3 1. SCOPE: The work covered by this statement of work consists in furnishing all plant, labor, equipment, appliances and materials and performing all operations in connection with the complete replacement of booster pump/motor #3 and gate valve at facility 1385. All work will be in strict accordance with the contract. 2. REMOVE OLD PUMP/MOTOR ASSEMBLY WITH ASSOCIATED PIPING AND GATE VALVE: Contractor shall remove old Ingersoll Dressor pump, serial # 1002-8216, 60 horsepower motor and all associated piping, wiring and 8 inch gate valve. Old motor will remain on sight and remainder material to be disposed to an off- base sight. 3. INSTALL NEW: A. 8 inch flanged, rising stem gate valve. B. Ingersoll Dressor pump, SKE Type 5LR-15D, Imp Dia 13.88, max 15.75, Ref # A877585. New pump will match size and pumping capacity of old at 1,000 gallons per minute. C. 75 HP motor, 60 HZ, 1785 RPM, 230/460 volts, 3 PH, ID# FO8-H641-M, Catalog # D75E2E, Model # H641. D. Electrical disconnect and wiring to motor. E. All associated piping and material. 4. SUBMITTALS: Contractor will supply submittals for pump, motor and gate valve types. Contractor shall also provide submittals for any additional work that may be required to secure the pump and motor to its concrete base. 4. TESTS: After the installation is complete and at such time as the Contracting Officer may direct, the contractor shall conduct an operation test for approval to ensure the motor is operational. The equipment shall be demonstrated to operate in accordance with the requirements of the manufacturing specification. The test shall be performed in the presence of the base electrician and water treatment operator. The contractor shall furnish all instruments and personnel required for the test. 5. WARRANTY: The contractor shall provide a 1-year warranty on all work and material. STATEMENT OF WORK REPAIR BOOSTER PUMP #5 1. SCOPE: The work covered by this statement of work consists in furnishing all plant, labor, equipment, appliances and materials and performing all operations in connection with the repair of booster pump #5 at facility 809. All work will be in strict accordance with the contract. 2. REMOVE AND REPLACE. Contractor shall provide crane to remove the pump and replace once repair is made. Contractor will provide transportation of the pump back to and from their work place for the repair. 3. REPAIR PUMP: Repair pump by rebuilding the Flowserve Mechanical Seal and replacing old head shaft with new. 4. SUBMITTALS: Contractor shall provide submittals for any additional work that may be required to get pump 100% operational. 5. TESTS: After the installation is complete and at such time as the Contracting Officer may direct, the contractor shall conduct an operation test for approval to ensure the motor is operational. The equipment shall be demonstrated to operate in accordance with the requirements of the manufacturing specification. The test shall be performed in the presence of the base water treatment operator. The contractor shall furnish all instruments and personnel required for the test. 6. WARRANTY: The contractor shall provide a 1-year warranty on all work and material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3142125A001/listing.html)
 
Place of Performance
Address: Luke AFB, Glendale, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02791572-W 20120704/120702234514-d8c2b77cc8776d87d783035ba91add45 (fbodaily.com)
 
Source
FedBizOpps 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.