Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
MODIFICATION

36 -- Composite Curing Oven

Notice Date
6/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F38610-03-P-0108
 
Response Due
6/16/2003
 
Archive Date
7/1/2003
 
Point of Contact
Chris England, Contract Specialist, Phone (843) 963-5164, Fax (843) 963-2850,
 
E-Mail Address
chris.england@charleston.af.mil
 
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. Proposals are being requested and a written solicitation will not be issued. This solicitation reference number is F38610-03-P-0108 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333294 with a 500 employee size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. All responsible sources may submit a quotation, which shall be considered by the agency. This is for the purchase, freight, and installation of a composite curing oven at Charleston AFB, SC which meets the below included specifications. Delivery and Installation must be completed by 16 October 2003. OVEN SPECIFICATIONS: Walk in gas fired oven with a top mounted heater box to be used in aircraft composite repair. Work chamber no less than 8 feet 0 inches wide 12 feet 0 inches deep 6 feet 6 inches high. Be of modular design, and construction that can be shortened or lengthened by the use of modular panels. 5 inches of insulation in oven body. Convected airflow circulation to both sides of oven with adjustable louvers on supply duct. Must have forced air exhaust system. Vented to exterior of building. Operating temperature range 150 F to 650 F that can be controlled by part temperature. Fast response heater construction. Aluminized steel interior and exterior body panels. Bi-parting doors with explosion relief latch. 4ea 10 point J Thermocouple jack panels, 1 in each corner 8ea vacuum ports 2 in each corner. Door switch to turn heater off when door is open. Interior light. Audible alarm. Alarm light. Spare parts kit. One year full service. Oven NOT to be programmed or controlled by a PC. The oven controller shall be a modular, self-contained unit with specialized features for curing composites. It shall operate on single phase 110 or 220 Vac 60 hertz and at a minimum include the following features; 8 vacuum ports expandable to 16; 32 thermocouple inputs expandable to 64; 16 button keypad, alarm siren and graphic display; 2 ports for connection to printers, monitoring equipment. The contractor shall provide oven installation and start up, freight to Charleston AFB, Zip 29404, and user and maintenance training. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement and (2) Price. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and price are equal. If the lowest priced evaluated responsible offer is judged to meet the minimum technical requirements of the Government the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-36, Payment by Third Party, 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; DFARS 252.225-7000 Buy American Act-Balance of Payment Program Certificate; DFARS 252.225-7001 - Buy American Act-Balance of Payment Program ;DFARS 252.225-7002 Qualifying Country sources as Subcontractors ;DFARS 252.225-7009 Duty Free Entry-Qualifying Country Supplies Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 June 2003 no later than 4:30 PM Eastern Standard Time. Responses should be marked with reference number F1394530640100 and addressed to 1Lt Christopher England, Contract Specialist, Phone 843-963-5164, fax 843-963-5183/2850, email address chris.england@charleston.af.mil. NO PROGRESS PAYMENTS WILL BE CONSIDERED; PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD ONLY. All technical questions must be received by email. For more Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: Charleston AFB SC
Zip Code: 29404
Country: USA
 
Record
SN00341784-W 20030608/030606213427 (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.