Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

44 -- PATTERSON-KELLY THERMIFIC GAS FIRED HOT WATER NON CONDENSING BOILER AND PARTS FOR PROJECT

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
180 FW/LGC, Base Contracting Office, 2660 South Eber Road, Swanton, OH 43558-9645
 
ZIP Code
43558-9645
 
Solicitation Number
DAHA33-02-Q-0036
 
Point of Contact
Jody Zuelzke, 419-868-4237
 
E-Mail Address
Email your questions to 180 FW/LGC
(jody.zuelzke@ohtole.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being re quested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. i. Solicitation DAHA33-02-Q-0036 is issued as a Request for Quote (RFQ). ii. The solicitation is being conducted under Simplified Acquisition Pr ocedures (SAP) FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-27 and DCN 20020730. iii. This is a 100% set aside for small businesses. iv. 180TH Fighter W ing, 2660 S Eber Road, Swanton, OH 43558-9645 plans to procure two (2) of the following: Patterson-Kelly Thermific Gas Fired, Hot Water, Non-Condensing Boiler, Model N-70085 % Efficiency, MBH input: 700,000, Boiler HP: 17.7, Volts: 120, Phase: Single, or EquivalentBoiler height 55 ? inch, Boiler Depth 21 inches, Boiler Width 20 inches. Boiler Dimensions must be within 4 to 6 inches and complete with AGA Certification stamped in Accordance with Section IV of the ASME Code for Low Pressure Heating Boilers w/ Maximum working pressure of 160 PSI. Boiler must include Pressure Temperature Gauge, Wate r Flow Switch, ASME Pressure Relief Valve, (2) Main Diaphram Gas Valves, Main Gas Pressure Regulator (14inch W.C. MAX. Inlet, Low Gas Pressure Switch w/ Manual Reset, Main Gas Plug Cock, Solenoid Pilot Gas Valve, Pilot Gas Filter, Pilot Gas Pressure Regula tor, Pilot Gas Cock, Interrupted Spark-Ignited Pilot, Flame Safeguard Programmer, High Limit Temperature Control, Operating Temperature Control, Differential Air Pressure Switch, Radial Fired Power Burner, Interlocked Finned Copper Water Tubes, Adjustable Inlet Air Shutter, Blower Assembly w/ C Frame Motor, Ten-Point Diagnostic Annunciator Control Panel, Complete Boiler Manuals, Factory Authorized Start-up, Barometric Damper, Outer Cabinet must be a Minimum of 16 Gauge Steel. Inner Cabinet will be 16 Gauge Aluminum. OR EQUAL Also included in this procurement are multiple line items to complete the project of installing the boilers (to be done as an in house project?no installation needed in this requirement). PLEASE CONTACT ADAM POMORSKI AT 419-868-4314 OR JODY ZUELZKE AT 419- 868-4237 BETWEEN THE HOURS OF 6:45 AM THROUGH 3:30 PM. MONDAY THROUGH FRIDAY FOR THE MULTIPLE LINE ITEMS OF ACCESSORIES FOR THE INSTALLATION PROJECT FOR THE BOILERS. INFO IS TOO LENGHTY TO INCLUDE INTO THIS SOLICITATION. THE PREFERRED METHOD OF SENDING T HIS INFORMATION IS VIA E-MAIL AS WE HAVE THE INFORMATION IN AN ACCESS SPREADSHEET FORMAT. E-MAIL ADAM AT: adam.pomorski@ohtole.ang.af.mil for this information. If offering an equal, provide make, model and specification of the equal with your quote to be considered if monies are made available for procurement. (vii) Delivery: Performance Period to be 90 days After Receipt of order; FOB Destination. (viii) The provisions at FAR 52.212-1, Instructions to Offeror -Commercial, applies to this acquisition an d FAR 52.232-18 Avail of Funds. (ix) 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 . The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions _ Commercial Items, is hereby incorporated by reference, (xii) Clause 52.212- 5 (Deviation) Contract Terms and conditions Requir ed to Implement Statutes or Executive Orders _ Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer Central Contractor Registration, 252.212-7001 (Deviation) Contract Terms and Conditions R equired to Implement Statues or Executive Orders Applicable to Defense Registration, 52.52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation In Clauses, 252-204-7003 Control of Government Personnel Work Product, 252.204-7004 Required C entral Contractor Registration, 52.253-2 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 A ffirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. (xiii) Offers may be faxed to 180th FW at 419-868-4222, e-mailed to adam.pomorski@ohtole.ang.af.mil or jody.zuelzke@ohtole.ang.af.mil or mailed to 180th FW/LS, 2660 S Eber Road, Swanton, OH 43558-9645. All offers are due by 4 PM EST, 26 Sep 2 002. (xiv) For further information regarding this solicitation, contact Jody Zuelzke at 419-868-4237 or Adam Pomorski at 419-868-4314. Collect calls will not be accepted. E-mail: jody.zuelzke@ohtole.ang.af.mil with questions prior to submitting quote.
 
Place of Performance
Address: 180 FW/LGC Base Contracting Office, 2660 South Eber Road Swanton OH
Zip Code: 43558-9645
Country: US
 
Record
SN00167933-W 20020918/020916213634 (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.