Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2002 FBO #0076
SOLICITATION NOTICE

99 -- Low Temperature vacuum distillation water recovery unit for 100% recovery of silver and nitrite

Notice Date
2/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
937 N. Harbor drive San Diego Ca 92132
 
ZIP Code
92132
 
Solicitation Number
N0024402T0417
 
Response Due
3/6/2002
 
Archive Date
4/5/2002
 
Point of Contact
Cindy Lammens 6195532411
 
E-Mail Address
Email your questions to Click here to email the contract specialist
(cynthia_a_lammens@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-0417 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 1/31/02. The standard industrial code is 8744 (NAICS 56121), And the business size standard is $5 million. The agency need is for 1 ea Low Temperature Vacuum Distillation Water Recovery Unit for 100% recovery of silver and nitrite. Quotes will be accepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) Itronics Metallurgical The following salient characteristics are CRITICAL / ESSENTIAL to the Government Line Item 0001 SPECIFICATIONS FOR WATER RECOVERY UNIT LOW TEMPERATURE VACUUM DISTILLATION WATER RECOVERY UNIT (50 GALLONS/24HRS) DIMENSIONS: APPROX 36" X 40" X 40" ELECTRICAL SPECIFICATIONS: 220v, SINGLE PHASE, AND 25 AMPS CONNECTIONS: APPROX. ?" FEE, DISTILLATE AND CONCENTRATE LINES OPERATING PARAMETERS: 10-20 mm MERCURY VACUUM, WITH A BOILING TEMPERATURE OF 80-90 DEGREES F (NOT TO EXCEED 90 DEGREES F) BASE/SHELL PLUMBING: CORROSION RESISTANT HDPE, SCHEDULE 40 PVC OPERATION: ATUO FEE BY LEVEL CONTROL & SOLENOID VALVE WITH HIGH LEVEL SAFETY SHUT-OFF. AUTO DISTILLATE REMOVAL BY DUAL LEVEL CONTROL AND CENTRIFUGAL PUMP. AUTO CONCENTRATE REMOVAL BY TIMER & COUNTER AND CENTRIFUGAL PUMP. BOTH PUMPS: MAGNETIC DRIVE WITH CERAMIC SPINDLES. HEAT EXCHANGER AND PUMP: 316 SS HELICAL COILS, R-22 SCROLL COMPRESSOR. DESIGN: MUST BE ABLE TO OPERA TE BELOW 90 DEGREES F. ASSURES THAT PHOTO SOLUTION RETAINS ITS FERTILIZER VALUE AFTER PROCESSING INTO A CONCENTRATE. PUMP OPERATION AND TYPE: MUST PREVENT CONTAMINATION OF THE CONCENTRATE WITH OIL. OIL-FREE DIAPHRAGM TYPE PUMP CAPABLE OF O TORR, DEADHEADED WITH ALL TEFLON INTERNALS, ENSURING NO CARRYOVER TO SANITARY DISCHARGE. MUST HAVE AN AUTOMATIC WATER PURGE SYSTEM TO PREVENT WATER BUILDUP IN THE PUMP HOUSING. APPROX. LIFE CYCLE: TEN YEARS UNIT MUST ALLOW FOR THE RECYLING OF CONCENTRATE, BOTH SILVER AND FERTILIZER ELEMENT, AND SAFE DISCHARGE OF EFFLUENT TO SANITARY. All items are to be delivered to: NAB Little Creek, 1320 Barnstable Rd., Bldg. 3090, Norfolk, Va. 23521 The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minim um shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) compl eted as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remi ttance addresses, discounts for prompt payment, if any (e.g. 1% 30 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3/6//02 3:00 PM, local time, and will be accepted via fax (619-532-1088) or via e-mail (Cynthia_A_Lammens@sd.fisc.navy.mil) Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher .
 
Web Link
Click here to learn more about FISC San Diego
(http://sd.fisc.navy.mil)
 
Record
SN00026933-W 20020216/020214213352 (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.