Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
SOLICITATION NOTICE

45 -- Repair Air Handler Unit #2

Notice Date
1/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-F5402213320100
 
Response Due
1/25/2002
 
Archive Date
2/9/2002
 
Point of Contact
Thomas Smith, Contract Specialist, Phone 301-981-2385, Fax 301-981-1910,
 
E-Mail Address
Thomas.Smith@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
REPAIR WESTINGHOUSE FAN FOR ANDREWS AFB Body of the Synopsis/Solicitation: (1) REPAIR WESTINGHOUSE FAN, FOR ANDREWS AFB, MD. Reference Number F5402213320100, DUE 25 January 2002, 2:00 p.m. Eastern Standard Time (EST). Point of Contact: SSgt Thomas M. Smith, 301/981-2385, Contracting Officer. (2) This solicitation is 100% Small Business Set-Aside; all responsible sources may submit a proposal. (3) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. (4) This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Reference Number F5402213320100 applies and is issued as a Request for Quotation. (5) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. (6) The North American Industry Code is 23511 and the business size standard is $11,500,000. (7) FAR 52.216-1 applies. The Government contemplates award of a firm fixed price contract resulting from this solicitation. (8) Contract Line Item (CLIN) 0001: Provide Labor, material, tools and supplies to make repairs to one (1) Westinghouse fan located in Air Handler #2 at building 1558 Andrews AFB MD. The following is information about the motor: HP 60, frame: 404U, Volt: 480, RPM: 1775, Max. Amb.: 40 ins class A, Belt size: C225 (5 Total), S#67B57182, Drive end bearing #386P422G01, Front end bearing #386P421G01. The contractor is required to perform the following: a. Remove: belts from motor to fan pulleys, fan bearing two(2), Vortex damper bearing housing, Fan shaft, and complete drive. b. Cut access hole in back of fan housing and install 1/4? steel 24? x 24? rolled removable hatch cover. c. Fabricate two (2) new steel bearing stands and supports and bolts into new housing framework d. Fabricate and install one (1) new 1045 hot rolled steel shaft with interference fit to fan bore, as per original. e. Press in new shaft. f. Install two (2) new split spherical roller bearings. g. Perform high pot 2500 Meg and phase comparison surge test on existing fan motor. h. Disassemble motor, clean, spray insulate windings and reassemble with new motor bearings. i. Install motor, align new motor and shaft pulleys, and properly tension new belts. j. Test run and infrared motor and bearings to insure proper operation. k. Check vibration using PMC Beta vibration analyzer and balance as required. l. The new bearings will be engineered with a minimum L-10 life of 3,000,333 hours. New drive will have a minimum service factor of 1.45 and will be laser aligned. m. Hours of operation are Monday ? Friday from 6:00 am to 4:30 pm with only one (1) hour shut down of the other fan required. n. Dimensional drawings, test results, vibration and balance reports must be furnished to 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB MD 20762. (9) In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. (10) Delivery: Please provide a delivery time along as part of your quotation. Final product to be delivered FOB Destination to: 89 TRANS/LGTM, 3320 Pennsylvania Ave, Andrews AFB, Maryland 20762. Acceptance shall be made at destination. (12) Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to Paragraph (b)(10), Past performance- Delete entire paragraph. Substitute ?Past Performance will not be evaluated. (B) The provision at FAR 52.212-2, Evaluation?Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and fastest delivery. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1911. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a), The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. (13) In addition to the above, the following FAR provisions and clauses apply: 52.212-4, Contract Terms and Conditions?Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-11, Extras; 52.245-4, Government-Furnished Property (Short Form). (14) The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contract Registration. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr2000.com, and the toll free number for CCR is 888-227-2423. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach nor does it obligate the Government to pay for any quotation preparation cost. (15) Solicitation Handout will be posted on the electronic bulletin board at the following web site www.eps.gov . Completed handouts and quotations must be received no later than 2:00 p.m. EST, 25 January 2002. Proposals should be mailed to: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB, MD 20762 (ATTN: SSgt Thomas Smith). Facsimile proposals will be accepted at 301/981-1911.
 
Place of Performance
Address: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB MD
Zip Code: 20762
Country: USA
 
Record
SN20020123/00016580-020122123651 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.