Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

42 -- AIR COMPRESSOR SYSTEM

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS030033
 
Response Due
6/10/2003
 
Archive Date
6/10/2003
 
Point of Contact
Pete Hunter, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
 
E-Mail Address
phunter@usss.treas.gov, kcurtin@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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: quotations are being requested and a written solicitation will not be issued. The solicitation number is USSS 030033. This solicitation is issued as a request for quotation. The solicitation document and the incorporated provisions are those in effect through Federal Acquisition Circular 01-14. The NAICS code is 333912 and the small business standard is 500 employees. The United States Secret Service requests quotations on a Brand Name or Equal version of one (1) each Bauer Unicus II Breathing Air Compressor System, Model #UNII/13H-E3: 6000 psi, 10.8 scfm, 10hp, 3 phase (460 V), with two additional certified ASME storage bottles. As a minimum, the following specifications shall be met: the recharging station shall have the ability to refill self-contained breathing apparatus (SCBA) cylinders with purified air that meets or exceeds the requirements of CGA Pamphlet G-7, Compressed Air for Human Respiration, the requirements of ANSI/CGA G-7.1, Commodity Specification for Air, Grade E, and all other recognized standards for respirable air. The breathing air station shall be comprised, in part, of a high pressure compressor and purification system, storage system, cascade fill control panel and containment fill station. The breathing system shall be tested by the manufacturer prior to shipment with a copy of the certified manufacturer?s report accompanying the station at time of shipment. All documentation associated with the station shall be supplied and available at the time of delivery. The following minimum documentation shall be included: an operation manual, spare parts list, warranty information and a start-up warranty registration form. Quotations shall include delivery, and installation (except electrical hookup). FOB destination. These items shall be delivered to United States Secret Service, Technical Security Division, 843 Brightseat Road (Rear), Landover, MD 20785 no later than August 1, 2003. Vendor will be required to present a certified manufacturer?s report and test the operation of the item upon delivery in the presence of United States Secret Service TSD/CBCM personnel prior to acceptance. Appropriate power hook-up will be prepared by United States Secret Service TSD/CBCM. The Federal Acquisition Regulation (FAR) provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The FAR provision at 52.212-2 applies. Specific Evaluation Criteria to be included in paragraph (a) of FAR 52.212-2 should read, "(1) Technical capability of the item offered to meet the Government requirement and (2) price. Technical capability is approximately equal to price." Offerors are advised that they should submit with their offers completed copies of the documents required at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The clause at FAR 52.212-5 applies to this acquisition. Additional FAR clauses cited in 52.212-5 that apply to this acquisition follow: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-3, Buy American Act, Alt 1, NAFTA-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, payment by Electronic Funds Transfer-Central Contractor Registration. A standard commercial warranty should be provided for this item. See Numbered NOTE 1. Offers are due by June 10, 2003, 4:00 PM EDT. Offers should be submitted via facsimile to (202) 406-6801 or via electronic mail to Pete.Hunter@usss.dhs.gov. For information regarding the solicitation, please contact Pete Hunter at (202) 406-6789.
 
Place of Performance
Address: 843 Brightseat Road (Rear)/Landover/MD
Zip Code: 20785
Country: USA
 
Record
SN00340464-W 20030607/030605213039 (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  © 1994-2020, Loren Data Corp.