Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOLICITATION NOTICE

J -- Retube Boiler

Notice Date
1/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue Bldg 642, Little Rock AFB, AR, 72099
 
ZIP Code
72099
 
Solicitation Number
F75CEU43420100
 
Response Due
2/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Repair and Test Boiler This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This requisition # F75CEU43420100 is issued as a request for quotation (RFQ). This solicitation document, incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-27. This acquisition is 100% set aside for small business; NAICS: 811310; Dollars: $6M. Quotes are to be received by this office NLT 1200hrs CST on 11 Feb 2005. Quotes can be faxed, or e-mailed to the points of contacts listed on this notice. CLIN 0001 Repair and Test Boiler: GENERAL REQUIREMENTS: Scope of Work. The work includes retubing boiler #3 at building 250, hydrostatic pressure testing the boiler, cleaning the work site, removing debris and transporting the old tubes to base recycling center. Boiler #3 in B-250 is a 172 horsepower Burnham Steam Boiler, Model #3P-250-SPL-G5-IC with a maximum working pressure of 30 psig and a maximum firing rate of 5,899,000 btu per hour. Boiler #3 is one of three boilers used to heat the hangar. Due to heavy use, many of the tubes in the boiler have developed leaks which make the boiler inefficient and will eventual result in shutting down the boiler. The contractor shall remove all tubes in boiler #3 and provide and install replacement tubes complying with 2001 ASME Boiler and Pressure Vessel Code. The contractor shall conduct a hydrostatic pressure test on Boiler #3 at 45 psig (150% of the maximum operating pressure) in compliance with AFI 32-1068, Heating Systems and Unfired Pressure Vessels, dated 1 October 1998, after the retubing is complete. The hydrostatic test pressure must be held long enough to thoroughly examine the boiler for leaks and any evidence of failure. All sheets, plates, and seams must be examined for leaks and bulging and all piping and accessories must be examined for leaks and evidence of failures. All detected failures shall be repaired and the hydrostatic test repeated until no leaks or evidence of failure is identified. The contractor shall transport old tubes to base recycling center (987-6611). If the recycling center rejects the tubes the contractor shall dispose of the old tubes. The contractor shall perform all work and provide all material in accordance with 2001 ASME Boiler and Pressure Vessel Code. Removal of any discovered asbestos materials shall not be accomplished by this Contract. Asbestos known to be within the facility shall be removed by others meeting OSHA, EPA and state requirements. The following clauses and provisions apply to this solicitation: 52.204-8 Annual Representations and Certifications (Jan 2005) 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2004) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2004) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2004)(Deviation) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-36 Affirmative Action for Action for workers with disabilities (Jun 1998) 52.222-41 -- Service Contract Act of 1965, as Amended(May 1989) 52.222-42 -- Statement of Equivalent Rates for Federal Hires(May 1989) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) 252.232-7003-- Electronic Submission of Payment Requests(Jan 2004) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) FOB: Little Rock AFB AR 72099, Period of Performance Date: NLT 30 days after receipt of award (ARO). Basis of Award: A Firm-Fixed Price Award will be made to the lowest price offeror best demonstrating the ability to satisfy the technical capabilities of the items specified. Offerors of any equal must provide descriptive literature to this office for evaluation prior to close out date stated above. A submission of a completed FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2004) and is part of the quotation package. Any offer without this provision filled out will be determined non-responsive. You are required to complete online representations and certifications in accordance with FAR 52.204-8. Additional information can be found at www.bpn.gov/orca Successful Offeror must be CCR registered and Wide Area Workflow (WAWF) set-up prior to award. CCR registration can be completed through the Internet www.ccr.gov by calling (888) 352-9333. WAWF set-up can be done via https://wawf.eb.mil. Training for WAWF use can be found at http://www.wawftraining.com/ Point of Contacts for this requirement are: SSgt Janiece Budd,(501) 987-3845, FAX (501) 987-8119, janiece.budd@littlerock.af.mil, or Leanne Collins, (501) 987-3843, FAX(501) 987-8119, leanne.collins@littlerock.af.mil.
 
Place of Performance
Address: LRAFB AR
Zip Code: 72099
Country: USA
 
Record
SN00741261-W 20050129/050127211828 (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.