|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286Centers for Disease Control and Prevention (CDC), Procurement and
Grants Office, FCC & E Section, Mailstop (K71), 2920 Brandywine Road,
Atlanta, GA 30341-4146 46 -- DUPLEX AUTOMATIC WATER SOFTENER SOL 1999N00090 DUE 031099 POC
William Bancroft, Contract Specialist, (770) 488-2611 Furnish Duplex
Automatic Water Softener. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart
12.6, and 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. The
solicitation number is 1999N00090 and is issued as a Request for
Proposal (RFP). The solicitation and incorporated provisions are those
in effect through Federal Acquisition Circular 97-08. This procurement
is being conducted under the Simplified Acquisition Procedures and is
issued on an unrestricted basis, the SIC and small business size
standard being 3589 and 500 employees respectively. The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered.
Offers must demonstrate the unit's ability to meet all items in the
specification, as well as provide documentation of minimum two years
experience in the production or distribution of automatic water
softeners. Evaluation of technical merit will be based on technical
capability of the item offered to meet the Government requirement.
Description and Minimum Specifications for Item Required: Service
Conditions: Design Flow Rate: 113 gpm; Design Linear Velocity: 12.0
gpm/sq ft; System pressure drop: 11.0 psi @ 12.0 gpm/sq. ft; Maximum
flow rate: 160 gpm; Maximum Linear Velocity: 16.7 gpm/sq ft; System
pressure drop; 25 psi @ 16.7 gpm/sq.ft; Operating pressure range:
45-95psi +/-5psi; Operating temperature range: 45 deg F -- 105 deg F;
Backwash Flow Rate: 51gpm @ 70deg. F; Feed Total Hardness 2.00 grains
per gallon/34.24 ppm CaC03; Estimated Throughput 611,000 gallons @
10lbs NcCl/cu.ft. Item must be duplex unit with both tanks mounted on
single skid. Unit must be shipped completely assembled and piped so
that installation requires only water supply and outlet connection.
Unit must have hub-radial distributors and underdrain constructed from
PVC pipe. All interconnecting piping shall be schedule 80 PVC. Unit
shall have an outlet sight strainer. Interior of tanks shall be cleaned
to "white metal" condition before spraying with epoxy. The unit shall
have butterfly valves with EPDM seats. Unit shall have inlet and outlet
pressure gauges and sample cocks. Unit shall have inlet flow indicator
and totalizer. The contractor shall provide full warranty coverage for
the system for a minimum one-year period after installation. Delivery
shall be made FOB destination within 60 days of contract award. Payment
terms are 100% upon installation and demonstration of compliance with
specifications. The provision at FAR 52.212-1, Instructions to Offerors
-- Commercial Items, is applicable without addenda. The provision at
FAR 52.212-2, Evaluation -- Commercial Items, is applicable. Offerors
must include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items. The clause at
52.212-4, Contract Terms and Conditions -- Commercial Items is
applicable. The following additional terms and conditions are included
by addenda: FAR 52.214-34, Submission of Offers in the English
Language (APR 1991); FAR 52.214-35, Submission of Offers in U.S.
Currency (APR 1991); FAR 52.246-17, Warranty of Supplies of a Complex
Nature (APR 1984). The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items applies to this action. The following FAR clauses
cited within FAR 52.212-5 are applicable: 52.203-6, Restrictions on
Subcontractor Sales to the Government, Alternate I; FAR 52.219-23,
Notice of Price Evaluation Adjustment for Small Disadvantaged Business
Concerns, Alternate I (OCT 1998); FAR 52.222-26, Equal Opportunity;
FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of
the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for
Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR
52.225-3, Buy American Act-Supplies (JAN 1994); FAR 52.225-18, European
Union Sanction for End Products (JAN 1996).. Proposals are due at 2:00
P.M. Local Time, March 12, 1999, to the following address: Centers for
Disease Control and Prevention, Contracts Management Branch Atlanta,
2920 Brandywine Road, 3rd Floor, Atlanta, GA 30341. Offers may be
submitted on letterhead stationery and at a minimum must show: (1) The
solicitation number: 1999N00090; (2) The name, address, and telephone
number of the offeror; (3) A technical description of the items being
offered in sufficient detail to evaluate compliance with the
requirements in the solicitation; (4) Warranty terms; (5) Price for
each line item and "total price" including all applicable costs (sales
tax, etc.). (6) "Remit" to address if different than mailing address;
(7) Completed copy of the representations and certifications at FAR
52.212-3; (8) Past performance information to include three recent and
relevant contracts for the same or similar items and other references
(including contract numbers, points of contact with telephone numbers
and other applicable information). For information regarding this
solicitation, contact Bill Bancroft at (770) 488-2611. All responsible
sources may submit an offer on this solicitation. Posted 02/17/99
(I-SN299145). (0048) Loren Data Corp. http://www.ld.com (SYN# 0327 19990219\46-0002.SOL)
46 - Water Purification and Sewage Treatment Equipment Index Page
|
|