Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

45 -- BOILERS AND PARTS

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-04-B-0003
 
Response Due
6/15/2004
 
Archive Date
8/14/2004
 
Point of Contact
FRANK SHARSHEL, 913-684-1625
 
E-Mail Address
Email your questions to ACA, NRCC, Fort Leavenworth
(FRANK.SHARSHEL@LEAVENWORTH.ARMY.MIL)
 
Small Business Set-Aside
Total Small Disadvantage 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W91QF4-04-B-0002, is issued as an Invitation for Bids (IFB), and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFARS Change Notice 20020531. The associated NAICS code is 423720. The SIC code is 5074 and small business size standard applicable to this procurement is 500 employees. This acquisition is unrestricted. *****The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement for Boilers and parts for Ft. Leavenworth, KS. The government will request Supplies by issuing a Delivery Order with the nominating quantity of Boilers or parts as needed. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a Firm Fixed Price Requirements Type contract, with contract to begin 01 July 2004 or within sixty (60) calendar days upon receipt of contract award for the period of one year from date of award. Acceptance is by the Directorate of Installation Support, Ft. Leavenworth, KS. In accordance with Federal Acquisition Regulation 52.214-5 Submission of Bids, and 52.214-12 Preparation of Bids, offerors should submit with their bid: (1) Cost proposal which shows proposed unit price per item, (2) extended price for the quantity of each item, (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractors Duns and Bradstreet (DUNS) number; (5) Contractors Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.go v. 1.Contract Line Item Number (CLIN) 0001 299,000 BTU BOILER, BOILER UNIT , HOT WATER, NATURAL GAS FIRED, 299,000 BTU/HR IMPUT, 90% DOE/AFUE, 50LB. RELELIEF VALUE, ASME CSD-LB-1990 CONTROLS, HYDROTHERM, MODEL: AM-300, P/N: BM-7579-1, OR BIDDING ON: MODEL, P/N. ESTIMATED QUANTITY 24 UNITS. 2. CLIN 0002 150,000 BTU BOILER, BOILER UNIT, HOT WATER, NATURAL GAS FIRED, 150,000 BTU/HR IMPUT, 90% DOE/AFUE, 30LB. RELELIEF VALUE, ASME CSD-LB-1990 CONTROLS, WITH PIPING TREE KIT HYDROTHERM, MODEL: AM-150, P/N: BM-7577-1, BIDDING ON: MODEL, P/N. ESTIMATED QUANTITY 15 UNITS. 3. CLIN 0003 AM-150 INTAKE MUFFLER. ESTIMATED QUANTITY IS 15. 4. CLIN 0004 AM-150 EXHAUST MUFFLER. ESTIMATED QUANTITY IS 15. 5. CLIN 0005 AM-300 INTAKE MUFFLER. ESTIMATED QUANTITY IS 24. 6. CLIN 0006 AM-300 EXHAUST MUFFLER. ESTIMATED QUANTITY IS 24. Provisions and Clauses incorporated by Reference, and Full Text of the Provisions and Clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; or http://farsite.hill.af.mil; The following provisions and clauses apply to this ac quisition/solicitation: FAR 52.211-16 Variation in Quantity (April 1984) The permissible variation shall be limited to : 10 percent increase, 10 percent decrease, This increase or decrease shall apply to amount of the delivery order. FAR 52.211-17 Delivery of excess quantities (SEP 1989) The Gov??????t may retain such excess quantities up to $250.00. Quantities in excess of $250.00 will at the option of the government either be returned at the contractors expense or retained and paid for by the government a t the contract price. FAR 52.212-1 Instructions to Offerors, Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions, Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Or ders, Commercial Items (MAY 2002) applies to this acquisition, to include the followi ng subparagraphs; FAR 52.203-6; Restrictions on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohib ition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001);FAR 52.222-19, Child Labor (SEP 2002); FAR 52.225-5, Trade Agreements; FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000);FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (MAY 1999)]; FAR 52.232-36, Payment by third party (MAY 1999): FAR 52.2 33-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984);FAR 52.216-18 Ordering: Any supplies are services to be furnished under this contract shall be ordered by issuance of delivery orders . Such orders may be issued from 01 July 2004 through 31 June 2005. (Oct 1995); 52.216-19 Ordering Limitations Min Order 1 unit of Clin 0001 or Clin 0002 , Maximum order Clin 0001 24 units or Clin 0002 of 15 units. The contractor is not obligated to honor any order for a single item in excess of quntaties listed or any order for a combination of items in excess, or a series of orders within 7 days that together calls for quantities exceeding the limitations (OCT 1995); FAR 52.216-21 Requirements Contractor shall not be required to make any deliveries under this contract after 7 JULY 2005(OCT 1995); FAR 52.223-11 Ozone-Depleting Substances (MAY 2001); FAR 52.233-2 Service of Protest Chief, Supply and Services, 600 Thomas Avenue, Unit 3, Room 254, Fort Leaven worth, Kansas 66027-1417.(AUG 1996) Far Clauses 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000); FAR 52-211.15 Defense Priority and Allocation Requirement (SEP 1990); FAR 52.214-34 Submission of offerors in the English Language (APR 19 91); FAR 52.214-35 Submission of offerors in U.S. Currency (APR 1991); FAR 52.223-3 Hazardous Material (JAN 1997); FAR 52.232-17 Interest; FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.253-1 Computer Generated Forms (JAN 1991); FAR 52.252-1 Solicitation Prov isions Incorporated by Reference http://www.arnet.gov/far. (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference http://arnet.gov/far (FEB 1998); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appl icable to Defense Acquisitions of Commercial Items (JULY 2002), to include the following subparagraphs; FAR 52.203-3 Gratuities (APRIL 1984); DFAR 252.225-7001 Buy American Act and Balance of Payment program (MAR 1998); DFARS 252.225.7007 Buy American Act- Trade Agreements??????Balance of Payments Program (SEP 2001); DFARS 252.225-7012 Preference for Certain Domestic Commodities (APR 2002);DFARS 252.225-7036 Buy American Act??????North American Free Trade Agreement Implementation Act (MAR 1998); DFARS 252.24 3-7002 Certification of Request for Equitable Adjustment (MAR 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2000);DFARS 252.204-7001 Commercial and Government Entity (GAGE) Code reporting (AUG 1999); DFARS 252.204-7003 Control of Governm ent Personnel Work Product (APR 1992); DFARS 252.204-7004, Required Central Contractors Registration (NOV 2001); DFARS 252.209-7001 Disclosure of Ownership or controlled by the Government of a Terrorist Country (MAR 1998); DFARS 252.209-7002 Disclosure of Ownership Or Controlled By A Foreign Government (SEP 1994); DFARS 252.225-7000 Buy American Act??????Balance of Payments Program Certificate (SEP 1999); DFARS 2 52.225-7002 Qualifying Country Sources as Subcontractors (DEC 1991); DFARS 252.225-7035 Buy American Act??????North American Free Trade Agreement Implementation Act??????Balance of Payments Program Certificate (MAR 1998); DFARS 252.225-7037 Duty Free Entry ??????Eligible End Products (AUG 2000). DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following Ft. Leavenworth, KS local clauses are applicable: 52.217-4087 Basis of Award is All or None; 52.217-4081 Safety and Accident Prevention - In performing work under this contract the Contractor shall a. Conform to the specific safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern related activities not directly addresse d in this contract; c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and d. Take suc h additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes; 52.217-4600 Restricted Access to Military Installation - A. The work to be performed under this contract is located on the Fo rt Leavenworth military installation. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to s top and search procedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. B. The Contractor may be responsible for furnishing to each e mployee, and for requiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for canc ellation upon the release of any employee. C. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employee??????s private vehicle brought onto the installation. To register a vehicle, the operator wil l be required to provide proof of vehicle registration, driver??????s license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. D. Prior to vehicle registration, contract ors shall provide a roster of all employees?????? names that will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the PMO. That roster shall be subsequently updated by the contractor as changes occur and provided to the Contracting Officer and to the PMO. Deliveries shall be made Monday through Friday (legal holidays excluded) 8:00 a.m. to 3:00 p.m. All deliveries shall be made to DIS Bldg. 237. Contractor shall initially report to th e DIS) Directorate of Installation Support) Equipment and Grounds Office, Bldg 237, 735 West Warehouse Road, Fort Leavenworth, KS. The contractor shall then present the delivery tickets (Delivery ticket at a minimum shall have name of contractor, contract number, Date of call, Call number of Delivery order number, and Itemized list of supplies by CLIN number). Method of Delivery. Quantities shall be delivered to 440 Mcpherson Ave, Bldg 238, Fort Leavenworth, Ks. 52.217-4086 Time of Delivery items shall be d elivered with 60 working days of receiving the order. 52.217-4516 Legal Public Holidays New years day, Martin Luther Kings Birthday third Monday in January, Presidents Day Third Monday in February, Memorial Day Last Monday in May, Independence Day 4 July, Labor Day First Monday in September, Columbus Day Second Monday in October, Veterans?????? Day 11 November, Thanksgiving Day Fourth Thursday in November, Christ mas 25 December. 52.217-4089 Save Harmless & Indemnity The contractor shall save and keep harmless and shall indemnify the government against any and all liability, claims, demands and costs, of whatever kind and nature, for injury to or death of any perso n or persons and for the loss or damage to any property (government or otherwise) occurring in connection with or in any way incident to or arising out of performance by the contractor. All interested, responsible firms should submit bids (Original Plus On e Copy of Bid and Applicable documentation IAW FAR 14.201-6) no later than 2:00 P.M. (CST), 15 JUNE 2004, to the following address: Attn: Frank V. Sharshel, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this Bid should be directed to Frank V. Sharshel, (913) 684-1625 or email sharshef@leavenworth.army.mil Faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://www.arnet.gov/far/ Please note that any ame ndments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. If you would like a copy of the solicitation, please call or email me and I will be happy to email one to you that way you will have the bid schedule to work off of. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items for found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of bids for submission. Contractors must be registered in t he Central Contractor??????s Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
Country: US
 
Record
SN00589584-W 20040522/040520212205 (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.