Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

46 -- Rotary Distributors for Sewage Treatment Facility

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 PO Box 1609 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068102Q5000
 
Response Due
5/29/2002
 
Archive Date
6/28/2002
 
Point of Contact
Karen Newlander (760) 725-3914 John Cavadias (760) 725-8448
 
E-Mail Address
Email your questions to Karen Newlander
(newlanderkl@pendleton.usmc.mil)
 
Description
The USMC Regional Contracting Office-Southwest, MCB Camp Pendleton, Oceanside, CA 92055-1609 is seeking quotes in this combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The RFQ solicitation number is M00681-02-Q-5000. This solicitation document and incorporated provision and clauses are those in effect through FAC 2001-06. This is an unrestricted purchase. The FSC Code for this acquisition is: 46. The NAICS Code is: 22132. The SIC Code is: 4952. The DPAS rating for this order is: C-9E. CLIN 0001. 1 EACH - General Filter Gard Gravity Activated Rotary Distributor, or equal, for installation on 55' diameter tricking fi lter for a max. flow of 1400 GPM and a min. flow of 500 GPM. CLIN 0002. 1 EACH - General Filter Gard Gravity Activated Rotary Distributor, or equal, for installation on 70' diameter tricking filter for a max. flow of 2200 GPM and a min. flow of 500 GPM. EACH will consist of the following for field mounting: A). 1-fabricated alum. center column and rotating drum assembly with mast mounted oil lubricated spherical roller thrust bearing, bearing support, solid lubricant impregnated plastic and stainless steel lower guides and 12" diameter center column (2'3" pier). B). 2-distributor arms fabricated on corrosion resistant alum. (3003 alloy) w/tapered cross section of sufficient size to carry maxi. flow rate exceeding the 36" inlet head specified. Alum. reactor plate assemblies provided w/adjustable orifices spaced for uniform coverage per sq ft of filter area. An alum. quick opening cleanout gate is provided on the end of each distributor arm. C) 1 set galvanized steel tie rod and sway brace assemblies for securing arms. D) 1 center column base gasket ring. E) 1 set 304 stainless steel hook anchor bolts w/nuts and washers. F) 1 set reverse thruster assemblies for the 2 distribution arms to be field installed by a factory service engineer. CLIN 0003 2 EACH - General Filter Gard Gravity Activated Rotary Distributor, or equal, for installation on 80' diameter Tricking filter for a max. flow of 3300 GPM and a min. flow of 1400 GPM. EACH will consist of the following for field mounting: A). 1-fabricated alum. center column and rotating drum assembly with mast mounted oil lubricated spherical roller thrust bearing, bearing support, solid lubricant impregnated plastic and stainless steel lower guides and 24" diameter center column (3'6" pier). B) 4-distributor arms fabricated on corrosion resistant alum. (3003 alloy) w/tapered cross section of sufficient size to carry max. flow rate exceeding the 48" inlet head specified. Alum. reactor plate assemblies provided with adjustable orifices spaced for uniform coverage per sq.ft. of filter area. An alum. quick opening cleanout gate is provided on the end of each distributor arm. C) 1 set galvanized steel tie rod and sway brace assemblies for securing arms. D) 1 center column base gasket ring. E) 1 set 304 stainless steel hook anchor bolts w/nuts and washers. F) 1 set reverse thruster assemblies for the 4 distribution arms to be field installed by a factory service engineer. Note: Site visit/s required prior to award for measurement verification & accuracy. Quotes must be inclusive of any costs for site visits, labor, operation manuals, drawings, submittals, schemati cs, service, training, delivery/shipping charges, etc. No installation required by contractor. Must meet or exceed standard warranty period of 1 year parts. The RDD is 98 days ARO. The following FAR provisions and clauses are applicable to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items, w/evaluation factors of: Price, Delivery Timeframe, Technical Capability, Accessibility/ Availability, and Past Performance; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, w/the following additional FAR clauses being cited as applicable to this acquisition; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era a nd Other Eligible Veterans; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition; 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following additional DFARS clauses being cited as applicable to this acquisition; 252.243-7002 Certification of Requests for Equitable Adjustment, 252.247-7023 (Alt 1). Offers shall be required to submit the following information in order for their quotation to be considered: 1) Prices for the above mentioned items. 2) Delivery Costs and associated data for the destination listed above. 3) Delivery Date. 4) Equipment literature that specifies the manufacturing specifications. 5) Production of legible, accurate, & descriptive blueprints, and 6) Past performance information including Agency Name, contact information and phone number and/or street address or previous customers. 6) A completed copy of the 52.212-3 Offeror Representations and Certifications - Commercial Items. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/ Quotes are due by 1200 (Pacific Standard Time) on 29 May 2002. For information regarding this solicitation, the POC is: Karen Newlander @ (760) 725-3914.
 
Web Link
Click here to download Representations & Certifications
(http://farsite.hill.af.mil/)
 
Record
SN00068262-W 20020501/020429213426 (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  © 1994-2020, Loren Data Corp.