Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

46 -- Equipment Wash Rack

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Central California Area Office (CCAO) 7794 Folsom Dam Road Folsom CA 95630
 
ZIP Code
95630
 
Solicitation Number
06SQ240077
 
Response Due
5/9/2006
 
Archive Date
4/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined snyposis/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. Solicitation number 06SQ240077 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The NAICS code applicable to this acquisition is 333319, the small business standard is 500 employees. The US Bureau of Reclamation, Lake Berryessa, Napa, CA has a requirement for a commercial wash rack to include a wash water treatment system, a hot water pressure washer. "Brand Name or Equal" to CLIN #01 Landa Pressure Washer Model #PGHW5-30224E (1 each). CLIN #02 Water Maze Clarifier 7023 Water Recycling System Model #CLP-7023A (1each). SALIENT CHARACTERISTICS for Landa Pressure Washer must meet or exceed the following minimun requirements: 1) 50' High Pressure Hose; 2) Shut-off Gun; 3) 40" Variable pressure wand; 4) 4 Nozzles (0, 15, 25, and 40 degrees); 5) Chemical injection; 6) Stainless steel inner wrap; 7) Cold-rolled schedule 80 heating coil; 8) 5-year coil warranty; 9) Stainless steel top and bottom coil wrap; 10) Polyethylene float tank; 11) 115 volt burner system; 12) Generator with (2) 115 volt outlets; 13) Stainless steel chemical and steam valve on control panel; 14) Combination hot high pressure and steam; 15) High pressure relief valve; Analog hour meter; 16) 5.0 gallon gasoline fuel tank; 17) 10.0 gallon diesel fuel tank; 18) Extreme duty pump ( Equivalent to the LANDA Extreme Duty Pump with seven (7) year warranty); 19) Thermal pump protector; 20) Total relief unloader valve system; 21) Flow actuated burner shut-down; 22) 16 HP engine; 23) 3000 psi at 4.8 gpm (adjustable); 24) ETL Certification; 25) CSA Certification; and 26) ISO 9001 Registered. SALIENT CHARACTERISTICS for Water Maze Clarifier must meet or exceed the following minimum requrements: 1) 15 gpm capacity; 2) Complete polyethylene tank with 600 gallon capacity; 3) Polypropylene cones for maximum solids and oil-water separation; 4) Steep pitch discharge funnel for easy sludge removal; 5) Integrated skid design (8' x 6') with NEMA 4 control panel; 6) Adjustable oil skimmer with decanting container; 7) Durable ? HP sump pump with 2-inch solids capacity; 8) 4-tube, 40 cu.ft./hr o-zone generator which kills bacteria and other micro organisms; 9) ORP/PH monitoring and injection of flocculation and sanitizing agents; 10) Multi-media filter with 330 lbs of sand, gravel, anthracite and metal-out, capable of being backwashed; 11) (2) 200 sq ft 20 micron filters; 12) Carbasorb carbon filter with 300 lbs of virgin activated carbon, capable of being backwashed; 13) Fresh water make-up for evaporation and carry-off; 14) Water recirculation line to prevent stagnation and freezing; 15) ETL Certification; 16) CSA Certification; and 17) ISO 9001 Registered. Concrete Pad: The contractor shall provide a CAD drawing of a suggested pad for the wash rack that the Bureau can place. Any additional technical questions can be addressed by contacting Jesse Castro at (916) 989-7184, email: jcastro@mp.usbr.gov. All responsible sources may submit a quote which shall be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1- Instructions to Offerors Commercial Items, FAR 52.212-2 - Evaluation?Commercial Items. The following factors shall be used to evaluate offers, in order of importance: a) items offered must meet the governments requirement including delivery date, and b) price. FAR 52.212-3 - Offeror Representations and Certifications?Commercial Items. Offerors are reminded to include a complete copy of provision FAR 52.212-3, Offerors and Representations Commercial Items with this offer. FAR 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, FAR 52.219-06 - Notice of Total Small Business Set-Aside, FAR 52.222-26 - Equal Opportunity, FAR 52.225-01 - Buy American Act - Supplies, FAR 52.225-13 - Restrictions on Certain Foreign Purchases, FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration. The Government requires that the CAD drawing of the suggested pad shall be delivered to the Folsom Office no later than June 15, 2006 in electronic form, and delivery of the wash rack system to the Lake Berryessa Field Office no later than July 31, 2006. Offerors must be able to provide at least three (3) references for the proposed system in use, and if possible please provide an email address of the person to be contacted. Effective October 1, 2003, any contractor to be awarded a government contract must be registered in Central Contractor Registration (CCR). Contractors may register at http://www.ccr.gov. Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the Government must complete their Representations and Certifications online. All the representations and certifications which used to be submitted within Section K are now located online. To complete your Online Representations and Certifications (ORCA), contacts need to go to http://orca.bpn.gov. All offerors must provide detailed product specifications for adequate product evaluation by the Government. Quotes may be submitted electronically or via fax. Any respondents to this announcement may fax or email your company name, complete address, Dun & Bradstreet number, Tax ID number, contact name, phone and fax number, and completed quote to Marie Spurgeon at (916) 989-7296, email: mspurgeon@mp.usbr.gov on or about May 9, 2006 at 3:00 PM.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=171959)
 
Place of Performance
Address: Lake Berryessa Recreation Area 5520 Knoxville Road Napa, CA
Zip Code: 94558
Country: US
 
Record
SN01036656-W 20060429/060427221107 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.