Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

43 -- Storage Tank/Air Receiver

Notice Date
1/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-FM33TSP23640100
 
Response Due
1/27/2003
 
Point of Contact
Tijuana Brown, Contract Specialist, Phone 850-882-0358, Fax 850-882-4961, - Gregory Parry, Contracting Officer, Phone 850-882-0343, Fax 850-882-4916,
 
E-Mail Address
tijuana.brown@eglin.af.mil, gregory.parry@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center (AAC), Eglin AFB, FL, intends to solicit and award a Firm Fixed Price Purchased Order to build on site Air Storage Tanks. This is a combined synopsis/solicitation for commercial items utilizing FAR part 13.5, Test Program for certain Commercial Items and 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; a quotation is being requested, and a written request for quotation will not be issued. The reference number for this announcement is F33TSP23640100. This is a 100% Small Business Set-A-Side. The North American Industry Classification System (NAICS) code for this acquisition is 332420. The NAICS code is 500 employees. If you feel your company meets the Government requirements, please identify your business size in your response based upon this standard. The requirement is as follows: 1. Furnish material and fabricate multiple air receivers with the following design requirements. a. Total storage volume shall be a minimum of 380,000 gallons b. Minimum vessel outside diameter of ten (10) feet, maximum vessel length 85 feet c. All vessels shall have the same overall size and shape. d. Design working pressure of 195 psig at 300 degrees F. e. Vessel shall be of horizontal design with saddles 1) The vessel shall have the required number of saddles necessary to properly support the vessel as designed 2) The saddles shall be permanently attached to the vessel 3) The saddles shall have holes for attaching to anchor bolts 4) The saddles shall be designed to support the vessel a minimum of one (1) foot above the support pad f. Each vessel shall have the following appurtenances. 1) One (1) man way suitable for cleaning access 2) A minimum of one (1) 1 inch drain connection located for removal of condensate, if condensate removal requires more than one drain location due to tank design a minimum number of drain connections necessary for complete removal of condensate shall be furnished. 3) One (1) 10 inch 150# RFSO flanged nozzle 4) Two (2) 2 inch 150# RFSO flanged nozzles for pressure relief attachment 5) Four (4) 1 inch 6000# threaded couplings with threaded plugs 6) The final location of all nozzles shall be approved by a Government representative 7) Minimum of one (1) grounding lug 8) Lifting lugs as required to lift and place the vessels on site 2. Vessel finish a. The interior of each vessel shall be cleaned of all surface rust, milscale, dirt or any other particulate larger than 5 microns. b. The exterior shall be sandblasted, primed and finished with a exterior epoxy coating suitable for a salt air environment. 3. Vessel General Design Requirements a. The vessels shall be designed, constructed and tested in accordance with the current edition of the ASME Boiler and Pressure Vessel Code, Section VIII, Div. 1. b. The vessels shall be code stamped for the design pressure and temperature and shall have a permanently attached nameplate c. Minimum corrosion allowance shall be 1/16 inch. d. All pressure testing shall be witnessed by the government representative 4. All material and equipment shall be furnished F.O.B. Eglin AFB, Florida. Additional technical information may be obtained from Mr. Robert Campbell, 46 TW/TSWL, (850) 882-9348. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. 52.212-3 Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers). 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (2/00), 52.212-5, sub-clauses that apply; 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-3 Alt I. Also clauses 52.232-33; mandatory Information for Electronic Funds Transfer payments; F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations; DFARS, 252.204-7004, Required Central Contractor Registration (CCR); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of commercial Items. To view the provisions and clauses in full text, visit the web site (farsite.hill.af.mil). The quote format is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 4:00 PM, Central time on 27 January 2003. Anticipated award date is two days after the due date. Send all packages to AAC/:PKOBS, Attn: Tijuana Brown, 205 West D Street Avenue, Suite 541, Eglin AFB, Florida, 32542, or by facsimile to (850) 882-4916 or email at tijuana.brown@eglin.af.mil or Greg L. Parry at Gregory.parry@eglin.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-FEB-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AAC/Reference-Number-FM33TSP23640100/listing.html)
 
Place of Performance
Address: 205 WEST D AVENUE, STE 541, BLDG 350 EGLIN AFB FL
Zip Code: 32545
Country: USA
 
Record
SN00262675-F 20030222/030220220142 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.