Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
SOLICITATION NOTICE

J -- Repair Boilers

Notice Date
10/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA483004Q0002RepairBoilers
 
Response Due
10/29/2003
 
Archive Date
11/13/2003
 
Point of Contact
Jeffery Pruitt, Contracting Apprentice, Phone 229-257-2700, Fax 229-257-3547, - James Kessel, Contract Specialist, Phone 229-257-4721, Fax 229-257-3547,
 
E-Mail Address
jeff.pruitt@moody.af.mil, james.kessel@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 solicitation number for this procurement is FA4830-04-Q0002 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-15, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2003-0501. For informational purposes The North American Industry Classification System (NAICS) is 238290. The QUOTATION SCHEDULE contains three line items. SPECIFICATIONS: Contract Line Item 001: Replace 57 tubes in boiler #1. New tubes shall be either welded or rolled and peened in place. Conduct hydrostatic test to operational pressure not to exceed the safety relief valve setting. Contract Line Item 002: Replace 57 tubes in boiler #2. New tubes shall be either welded or rolled and peened in place. Conduct hydrostatic test to operational pressure not to exceed the safety relief valve setting. Contract Line Item 003: Conduct complete inspection of both boilers. Conduct operational tests on the controls for both boilers. Test and inspect the condensate pumps. Report any deficiencies noted to the Contracting Officer. Provide Certificate of Inspection to Contracting Officer for each boiler. All work is to be accomplished in accordance with Statement of Work (SOW). FOB Point: Destination. Note: The total price should include shipping and handling costs. Warranty information is required with quote. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation based on price. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.22-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program ?Supplies, FAR 52.223-4, Recovered Material Certification, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rate for Federal Hires; and Wage Determination number: 94-2131 Rev. (22) Area: GA, Albany applies. The Defense Priorities and Allocations System (DPAS) rating is S10. SITE VISIT: Will be held on 28 Oct 03 at 1000, all contractors are to meet at the address below at this time. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCA) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. E.S.T. ON 29 Oct 03. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is TSgt Jeff Pruitt (jeff.pruitt@moody.af.mil) 229-257-2700, or Mr. James Kessel (james.kessel@moody.af.mil), 229-257-4721 or FAX 229-257-3547. STATEMENT OF WORK REPAIR BOILERS #1 & #2 BUILDING 733 1 Oct 2003 1. LOCATION OF WORK: The location of the work is at Moody AFB, GA. Building No. 733 (near Valdosta, GA.) 2. CONTRACTOR?S WORK SCHEDULE: The contractor shall be allowed to work between the hours of 08:00 through 17:00 Monday through Friday. Federal Holidays and weekends are excluded. 3. SECURITY: The contractor shall obtain a vehicle pass for entry onto the base. The following is required for obtaining a vehicle pass the Visitor?s Center at the North Gate: 1. Driver?s License 2. Proof of insurance 3. Vehicle Registration 4. DESCRIPTION OF WORK: The contractor shall furnish all labor, supervision, materials, and equipment to accomplish the work described below. The work shall include (but is not limited to) the following: a. Replace all 57 tubes in boiler #1. New tubes shall be either welded or rolled and peened in place. Conduct hydrostatic test to operational pressure not to exceed the safety relief valve setting. b. Replace all 57 tubes in boiler #2. New tubes shall be either welded or rolled and peened in place. Conduct hydrostatic test to operational pressure not to exceed the safety relief valve setting. c. Conduct complete inspection of both boilers. Any deficiencies noted shall be reported to the Contracting Officer. d. Conduct operational tests on the controls for both boilers. e. Test and inspect the condensate pumps. Report any deficiencies noted to the Contracting Officer. f. Provide Certificate of Inspection to Contracting Officer for each boiler. 5. GENERAL: a. All work shall be done in accordance with the ASME boiler and pressure vessel code. b. All electrical work shall be done in accordance with the NFPA 70. 6. BOILER DATA: Both Boilers are Cleaver Brooks Model CB-200-80 Serial Nos. L-84169 & L84170 Working Press. 15psi steam Horsepower 80 Bid Schedule, FA4830-04-Q0002 Project Name: Repair Boilers #1 & #2, Building 733 Item Description Quantity Unit Price Total Item Cost 1. Repair Boiler #1 LS $ $ 2. Repair Boiler #2 LS $ $ 3. Inspection Certificates 2 $ $ Total Bid $ ______________
 
Place of Performance
Address: Bldg 733, Moody AFB, GA, , Near Valdosta GA
Zip Code: 31699
Country: United States
 
Record
SN00459357-W 20031026/031024213226 (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.