Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2003 FBO #0504
MODIFICATION

46 -- Electrocoagulation System

Notice Date
4/16/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F41685-03-T-0002
 
Response Due
4/25/2003
 
Archive Date
5/10/2003
 
Point of Contact
Ri'Chard Crivens, Contracting Officer, Phone 830-298-5992, Fax 830-298-4178,
 
E-Mail Address
richard.crivens@laughlin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote F41685-03-T-0002 (iii) This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. (iv) This requirement is set aside for small business; all responsible small business sources may submit a quote. The applicable North American Industry Classification System Code (NAICS) is 333319 and the size standard is 500 employees. (v) There is one item in this solicitation: CLIN 0001; Item: ALODINE ELECTROCOAGULATION SYSTEM; Quantity: 1; Unit of Measure: Each. Manufacturer: KASELCO, model number: 0025240110100MSN-A or equal (vi) The requirement is for the contractor to furnish and set-up a unit that will treat alodine wastewater through the process of electrocoagulation at Laughlin AFB, TX. The system is to purify alodine rinse water generated by Corrosion Control processes. 2.5 GPM system powered by a 100 amp 48 Volt SCR rectifier equipped with equipped with automatic periodic reversing current. System must be able to treat alodine with 480 PPM influent chrome to 0.001 PPM effluent chrome. System must treat a minimum of 2.5 gallons per minute. The process must be user friendly and require only one individual to operate using a drum-to-drum method. Filter press is not required. The specific requirements are as follows: 1) Unit will accept 220 V single phase, 2) Unit will be transportable/movable by wheels, 3) Unit must operate to specifications and treated waste water will be tested to ensure that the unit does work or the unit can be returned at no expense to the government, and 4) At least a 1 year service warranty on all parts and labor in the event of mechanical problems, with option to extend year-to-year. (vii) Requested delivery and set up is 12 May 03. (viii) The following clauses and provisions are incorporated and are to remain in full force in any resultant Purchase Order (PO). If a copy of the provisions is needed, they can be found on http;//farsite.hill.af.mil: FAR Clause 52.212-1, Instructions to Offerors ? Commercial Items (Oct 2000) is incorporated by reference. It is amended to read: Submit a dated offer to 47 CONS/LGCA, 171 Alabama Ave, Laughlin AFB TX 78843-5102, Fax (830) 298-4178, at or before 1630 CST, 25 Apr 03. (ix) The Government will award to the responsible offeror whose proposal, conforming to the requirements of this combined synopsis/solicitation, offers the lowest price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items Alternate I (April 2002) with the quotation. (xi) FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Nov 2001). (xii) The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (May 2002) (DEVIATION) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR Clauses; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregate Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Clause 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.233-3, Protest After Award. (xiii) FAR Clause 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002). (xvi) Submit a dated offer to 47 CONS/LGCA, 171 Alabama Ave, Laughlin AFB TX 78843-5102, Fax (830) 298-4178, at or before 1630 CST, 25 Apr 03. (xvii) If you have any questions please contact TSgt Victor Tamez Jr. Contract Specialist, at (830) 298-4594 or Mr. James Harper, Contracting Officer, (830) 298-5175.
 
Place of Performance
Address: Laughlin Air Force Base Texas
Zip Code: 78843
Country: United States of America
 
Record
SN00304981-W 20030418/030416213500 (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.