Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
MODIFICATION

65 -- Aviator's Breathing Oxygen

Notice Date
5/16/2005
 
Notice Type
Modification
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-05-Q-B104
 
Response Due
5/23/2005
 
Archive Date
6/7/2005
 
Point of Contact
Justin Johnson, Contracting Specialist, Phone 702-652-9571, Fax 702-652-5405, - James McGill, Contract Specialist, Phone 702-652-6865, Fax 702-652-5405,
 
E-Mail Address
justin.johnson@nellis.af.mil, james.mcgill@nellis.af.mil
 
Description
LIQUID NITROGEN AND ABO (AVIATOR?S BREATHING OXYGEN) LIQUID OXYGEN FOR NELLIS AIR FORCE BASE, NV ? RFQ FA4861-05-Q-B104 DUE BY 12:00 Pacific Time on 12 May 05 POC Justin D Johnson, Contract Specialist, Fax (702) 652-9570 or Email justin.johnson@nellis.af.mil. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Simplified Acquisition Procedures in FAR 13. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is unrestricted; however, the quoter?s size status may affect entitlement to award in the case of a tie. NAICS code and the small business size standard are 325120 and 1,000 employees respectively, 1. Liquid Nitrogen, TYPE II 99.5% purity; Best Estimated Quantity (annual): 73,816 gallons; minimum shipment size per call: 5,500 gallons. 2. ABO Liquid Oxygen, Milspec MIL-PRF-27210G, TYPE II 99.5% purity; Best Estimated Quantity (annual): 56,026; minimum shipment size per call: 4,500 gallons. Delivery of both products shall be via tanker to: Nellis AFB, NV, FOB Destination is required. Contractor must provide all equipment required to off-load gases. Routine calls will be placed a minimum of 5 working days prior to required delivery date; emergency calls will be placed a minimum of 48 hours prior to required delivery date. ABO LOX requires source inspection. A firm fixed price Blanket Purchase Agreement (utilizing the IMPAC (International Merchants Purchase Authorization Card) as a method of payment is planned; the government reserves the right to make multiple awards. Period of performance is 12 months. Offers will be evaluated on a Best Value Basis. Evaluation criteria will be equally weights: 1. Price. 2. Period of guaranteed pricing. 3. Past performance, and 4. Contractor?s ability to meet Federal and Military specifications. Copies of Military and Federal specifications may be obtained via written, email or fax request. A minimum of 3 references must accompany submitted offers. References shall include: company name, contact name, address, telephone and fax numbers, and contract number (if applicable). The provisions and clauses in the RFQ are those in effect through FAC 97-18. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. The following FAR clauses apply to this solicitation and subsequent award (as applicable) and incorporated by reference: FAR 52.212-1 Instructions to Offerors _ Commercial, FAR 52.212-2 Evaluation of Commercial items, 52.212-3 Offeror Representations and Certification (Offerors failing to submit completed Representation and Certifications may be considered non-responsive), 52.246-2 Inspection of Supplies ? Fixed Price, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.211-16 Variation in Quantity, 52.212-4 Contract Terms and Conditions _ Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, 52.232-33 Mandatory Information for Electronic Funds Transfer, 52.233- Protest After Award. The following DFAR clauses are applicable to this solicitation and subsequent award (as applicable) and are incorporated by reference: 252-204-7004 Required Central Contractor Registration, 252-246-7000 Material Inspection and Receiving Report, L5352.242-9000 Contractor Access to Air Force Installations. If you have any questions, please contact the contract administrator listed above. Due to inaccurate contact information posted on Federal Business Opportunities this Solicitation's response date has been extended to 23 May 05. E-mail is the prefered method of communication.
 
Place of Performance
Address: 99 SUPS/LGSF, 6126 DEPOT ROAD BLDG 856, NELLIS AFB, NV,
Zip Code: 89191-5001
Country: US
 
Record
SN00808556-W 20050518/050516211837 (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.