Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

41 -- FIRE STATION DIESEL VEHICLE EXHAUST VENTING SYSTEMS

Notice Date
May 9, 2001
Contracting Office
NAVFACENGCOM Contracts Office, CODE NF20, BLDG. 41, NAVFACENGCOMDET-NFI, 3502 Goodspeed St., Suite 2, Port Hueneme, CA 93043-4306
ZIP Code
93043-4306
Solicitation Number
N47408-01-T-0227
Response Due
May 29, 2001
Point of Contact
Commanding Officer , NAVFACENGCOM Contracts Office, NF22 Bldg. 41, NAVFACENGCOMDET-NFI, 3502 Goodspeed St., Ste. 2, Port Hueneme, CA 93043-4337
E-Mail Address
NailatMC@cbchue.navfac.navy.mil (NailatMC@cbchue.navfac.navy.mil)
Description
This requirement is to install Fire Station Diesel Vehicle Exhaust Venting Systems, Plymo Vent Inc. Model SBTA-21S or Equivalent with automatic vehicle release mechanisms. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR 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. N47408-01-T-0227 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-03. This solicitation is Set-Aside for Small Business, Size Standard: 500. DESCRIPTION: CLIN 0001 (No Price Line Item) "BRAND NAME OR EQUAL" Fire Station Diesel Vehicle Exhaust Venting Systems, Plymo Vent Inc. Model SBTA-21S or Equivalent with automatic vehicle release mechanisms for the following four (4) fire stations: SubCLIN 0001AA (Price Line Item) Fire Station #1, SubCLIN 0001AB (Price Line Item) Fire Station #2, SubCLIN 0001AC (Price Line Item) Fire Station #3, SubCLIN 0001AD (Price Line Item) Fire Station #4. FOB Destination see below, Destination SubCLIN 0001AA Fire Station #1, Naval Amphibious Base Little Creek, Bldg. 3848, POC: Chief Symonds, (757) 462-3037 Destination SubCLIN 0001AB Fire Station #2, Naval Amphibious Base Little Creek located in Bldg. 1609, Amphibious Drive near Gate # 1, POC: Chief Symonds, (757) 462-3037 Destination SubCLIN 0001AC Fire Station #3, Naval Station Norfolk, Bldg. LP-166), POC: Chief Fawcett, (757) 322-2392 Destination SubCLIN 0001AD Fire Station # 4 located adjacent the Ben Morrell Navy housing, Bldg. BEN 154 on Hampton Blvd. This station is located outside the Naval Station Norfolk gated areas, POC: Chief Fawcett, (757) 322-2392. WORK REQUIRED: Provide materials and labor to install Fire Station Diesel Vehicle Exhaust Venting Systems with automatic vehicle release mechanisms for four (4) fire stations listed in SubCLINS from 0001AA to 0001AD no later than 28 September 2001. A site visit prior to submitting quotes would be appropriate to size components and labor requirements. Any questions of contractual or technical nature pertaining to the requirement maybe addressed in writing. The site visit is scheduled on May 21, 2001, at the four (4) fire stations in Virginia, from 8:00 a.m. to 4:00 p.m. EST. The following address and Point of Contact for the site visit are listed above from SubCLINs 0001AA to 0001AD. In addition to installing the equipment, the contractor shall provide comprehensive operational training to all assigned fire station personnel at each of the installed stations. EQUIPMENT DESCRIPTION: The equipment shall be similar or equal to the function of a PlymoVent Inc. model SBTA-21-S, automatic release vehicle exhaust removal system. This shall typically, for each station, consist of a control panel to operate the entire single/multiple bay system, ceiling and rail mounted flexible recovery ducting, a 5 HP direct drive housing and fan wheel blower/motor assembly for 208/3/60 industry specs., pressure sensors, and emergency automatic disconnect. This is a ductwork system, including fan silencer, rain-stack, and all necessary fittings. The system may include air compressor to supply compressed air to the system if so designed to assist/initiate ventilation efficiency. Tailpipe adapter plates/connectors to adapt to existing fire trucks shall be provided but not necessarily installed. INSTALLATION: The contractor shall provide all necessary labor and material for a complete installation including: installation of the above described equipment, all electrical connections, installation of all ductwork, all training of fire personnel, start-up and balancing of the ventilation system. All installation permitting and scheduling will be accomplished with the approval of the base Officer In Charge Of Construction. Labor for any necessary modifications of vehicle's exhaust system need not be included, however necessary hardware should be supplied with this order. A site visit prior to bidding would be appropriate for estimating purposes. Successful quoters should provide sufficient details to evaluate the proposed installation design, construction materials and operating principles, description of training and testing, as well as a company statement of background experience in designing and installing such systems at other military, government, or public fire station facilities. Point of Contact For Access to Proposed Construction Sites is Mr. James J. Hoyt, Naval Amphibious Base Little Creek, Norfolk, Virginia 23521-2616, Ph: (757)-462-7063, FAX: 757-464-7060 E-MAIL: hoytjj@pwcnorva.navy.mil EVIDENCE OF QUALIFICATIONS: The following must be submitted with Quotes: 3 References for similar work (we may call your references, make sure the POC's telephone numbers are current and available); company's brochures which includes descriptive literatures and specifications that meets the Brand Name or Equal specifications. Descriptive literature and all specifications are required. Cost proposal based on four SubCLINs listed above. Failure to provide this information and completed contract provisions can cause your Quotes to be unacceptable. Evaluation criteria will be based upon technical, price, and review of submitted company's brochures which includes descriptive literatures and specifications that meets the Brand Name or Equal specifications. Provide a price breakdown (labor rates, indirect rates, materials). FAR Provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be technical capabilities, price, past performance. Quoters are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate. The FAR 52.211-6 Brand Name or Equal, DFAR 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.225-7002 Qualifying country sources as subcontractors applies. The following FAR clauses cited in 52.212-5 apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3. Request for Quotation (RFQ) number is N47408-01-T-0227. Quotes are due NLT May 29, 2001, Noon (PST). Submit quotes to Officer in Charge, NAVFACENGCOMDET-NFI, Attn: Maria Nailat, Contracts Office, NF22, Bldg. 41, 3502 Goodspeed Street, suite #2, Port Hueneme, CA 93043-4306 or by FAX (805) 982-4540, Attention Maria Nailat or by EMAIL to NailatMC@cbchue.navfac.navy.mil
Record
Loren Data Corp. 20010511/41SOL002.HTM (W-129 SN50L6Z6)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com