Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

J -- Replacement of valves and flanges on #1 Boiler

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FU2522217901
 
Point of Contact
Toine Pilgrim, Contract Administrator, Phone 907-377-2907, Fax 907-377-2389, - Toine Pilgrim, Contract Administrator, Phone 907-377-2907, Fax 907-377-2389,
 
E-Mail Address
toine.pilgrim@eielson.af.mil, toine.pilgrim@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation FU252221790100 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This acquisition is 100% set-aside for small businesses under NAICS code 811310, which has a small business size standard of $6.0 million. The requirement is IAW the following statement of work: STATEMENT OF WORK- #1 BOILER VALVE REPAIR SERVICES NONPERSONAL: 1. Request a contractor replace various valves and flanges on #1 boiler. 2. The scope of work includes: a. Replace 10 each primary blowdown valves. 4 each, 1-1/2? Edwards straightway socket weld SW globe blowdown valves, 1 each, 2? Edwards straightway socket weld SW globe mud drum drain valve. 4 each 1-1/2? right angle SW globe valves, and 1 each, 2? Edwards right angle SW globe mud drum drain valve, 1 each 1-1/2? Vogt socket weld Boiler Feed Water Fill valve going into the West front blowdown header between the blowdown valves, and 1 each, 2? Vogt straightway SW gate blowdown header isolation valve. b. Replace 2 each sootblower drain valves, 1 each 1? SW root globe valve, and 1 each 1? SW gate valve. c. Remove old welded superheater safety relief valve, modify if necessary and install new 1-1/2? Class 600 butt weld superheater header safety valve flange. Also install new superheater safety relief valve. d. Replace 2 each, sootblower supply valves, 1 each, 2? Vogt globe SW root valve, and 1 each, 2? gate SW supply valve piping off the Steam Drum. e. Replace and re-configure attemperator loop drain valves. The 2 valves to be replaced are 1? SW Vogt globe root valve, and a 1? SW Vogt gate valve. The drain to be configured with an expansion loop to correct drain line warping during hot draining processes. f. Replace 1 each, 2? Vogt SW globe root valve, and 1 each, 2? Vogt SW gate valve for the steam air preheater supply piping off the Steam Drum. g. Replace 1 each, ?? Vogt SW globe root valve, and 3 each ?? Vogt SW gate boiler steam drum vent valves. h. Replace 1 each, 1? Vogt SW globe superheater minimum flow valve. 3. Contractor Requirements: a. All work will require a National Board of Boiler and Pressure Vessel Inspectors ?R? stamp certification. b. The Government will provide all pipe, flanges, fittings and valves required to complete this project. c. The contractor will be responsible for labor, tools, materials and welding rod except the items listed in paragraph (b) of this section. d. The contractor will be required to submit a copy of the ?R? Stamp Certification and a detailed final report of all work accomplished. e. After completion of the boiler valve repairs the contractor will be required to hydrostatically test the boiler in accordance with AFI 32-1068. The contractor will also be responsible for the scheduling and all expenses incurred by the Hartford Boiler Inspector. 4. Other factors: a. All parts will be U.S. Government furnished property. A complete list of all Government furnished property is not necessary. b. The Government at no cost to the Contractor will furnish meals and lodging at Clear AFS. The contractor will be required to furnish their own transportation to Clear AFS, Alaska. c. Work is estimated to take 7 to 14 days. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 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; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American - North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act - Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 27 applies to this procurement in full force and effect. Applicable employee class(es): General Maintenance worker, Minimum wage rate $20.43. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 2389, by email to toine.pilgrim@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 26 Sep 2002 to be considered for award. If any information regarding the solicitation is required, please contact SrA Toine Pilgrim in any of the above methods, or by telephone at (907) 377 - 2907. The Government reserves the right to award without discussions.
 
Place of Performance
Address: Clear Air Force Station, Central Heat and Power Plant, Clear AFS, AK
Zip Code: 99704
Country: United States
 
Record
SN00173808-W 20020925/020924065344 (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.