Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
SOLICITATION NOTICE

44 -- Provide Walk-In Ovens and Oven Controller System and Install in C-17 Corrosion Control Hangar at Thompson Field, Jackson, MS

Notice Date
8/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
172 LS/LGC, 141 Military Drive, Jackson, MS 39208-8872
 
ZIP Code
39208-8872
 
Solicitation Number
DAHA22-03-T-0049
 
Response Due
8/22/2003
 
Archive Date
10/21/2003
 
Point of Contact
Lisa G. Maisel, 601-936-8341
 
E-Mail Address
Email your questions to 172 LS/LGC
(lisa.maisel@msjack.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. Solicitation number DAHA22-03-T-0049 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 2001-14. This is a 100% small business set-aside; NAICS is 333994 and size standard is 500 employees. Line item 0001: Oven, Large; qty 1 each; maximum size 12 ft. 9 in. D X 14 ft. 11 in. W (plus or minus 6 in. for both), overall oven body size to fit in an area with a 20 ft. ceiling; the working chamber size of the oven shall be minimum 10 ft. 8 in. D X 10 ft. W X 8 ft. H; power required for the oven AC-300A/480V/3PH/60HZ; oven shall be hard-wired at the designated facility by the supplier; all externa l vacuum hoses and pressure airlines shall be hard-plumed to the oven; operating temperature 150-500 degrees F; minimum of 12 1/2-in. MPT vacuum source ports to maintain vacuum of no less than 28 in. of mercury, and minimum of 6 1/4-in. MPT vacuum monitori ng ports to aid monitoring the vacuum levels inside the chamber; chamber must circulate air sufficiently to provide even and controllable temperatures throughout the reparable part; vent and fan system included to allow exhaust air to be regulated. Line i tem 0002: Oven, Small; qty 1 each; maximum size 11 ft. 2 in. D X 11 ft. 2 in. W (plus or minus 6 in. for both), overall oven body size to fit in an area with a 20 ft. ceiling; the working chamber size of the oven shall be minimum 9 ft. 2 in. D X 6 ft. W X 8 ft. H; power required for the oven: AC-150A/480V/3PH/60HZ; oven shall be hard-wired at the designated facility by the supplier; all external vacuum hoses and pressure airlines shall be hard-plumed to the oven; operating temperature 150-500 degrees F; m inimum of 8 1/2-in. MPT vacuum source ports to maintain vacuum of no less than 28 in. of mercury, and minimum of 4 1/4-in. MPT vacuum monitoring ports to aid monitoring the vacuum levels inside the chamber; chamber must circulate air sufficiently to provid e even and controllable temperatures throughout the reparable part; vent and fan system included to allow exhaust air to be regulated. Line item 0003: Oven Controller System; qty 1 each; to operate, control and monitor the oven ramping procedures in two ovens when curing composite panels on Boeing C-17 aircraft; a primary computer to serve both ovens and a secondary computer as a backup that will take over curing cycle when it detects a failure with the primary computer during curing cycle time; the softw are provided on the oven controller system shall be composite processing control software, supported by the supplier for the life of ovens. Line item 0004: Services, Non-Personal: Furnish all labor, equipment, supplies, materials, testing, transportatio n, plant and supervision necessary to install large oven, small oven and oven controller system in a C-17 Corrosion Control Hangar at Thompson Field, Jackson, MS; all installed components shall integrate seamlessly; include demonstration of equipment. Del ivery on or around 31 Dec 03 to 172 MXS, Charles Horne, 141 Military Drive #7, BLDG 102, Jackson, MS 39232-8881; FOB Destination. The provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision 52.212-2, Ev aluation - Commercial Items, applies to this acquisition; evaluation criteria are price and technical conformance. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2003) Alternate I, applies to this acquisition an d a completed copy of this provision shall be submitted with any offer. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2003) (Deviation), applies to this acquisition. The following clauses are applicable to this acquisition: 52.219-6 , Notice of Total Small Business Set-aside; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 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; 5 2.222-41, Service Contract Act of 1965, as Amended; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 252. 204-7004, Required Central Contractor Registration; 252.225-7001, Buy America Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Apr 2003) A lternate I; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea (May 2002) Alternate III; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.252-1, Solicitation Provisions Incorporated by Re ference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to De fense Acquisitions of Commercial Items (Jun 2003) (Deviation); 252.225-7000, Buy America Act - Balance of Payments Program Certificate. Wage Determination No. 1994-2297 Revision No. 21 dated 06/26/2003 applies to this acquisition. Offers are due no later than 2:00 P.M. on Friday, August 22, 2003 by email, fax or mail. Point of Contact is 172 MSG/MSC, MSG Lisa G. Maisel, 141 Military Drive #13, Jackson, MS 39232-8881; phone 601-936-8341; fax 601-936-8214; email lisa.maisel@msjack.ang.af.mil. Simplified acq uisition procedures will be used for this acquisition under the authority of FAR Part 13.5.
 
Place of Performance
Address: 172 MSG/MSC 141 Military Drive, Jackson MS
Zip Code: 39232-8881
Country: US
 
Record
SN00393814-W 20030808/030806213858 (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.