Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
MODIFICATION

66 -- Cryogenic Pump System & Installation

Notice Date
1/31/2006
 
Notice Type
Modification
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA6018BG05
 
Response Due
2/14/2006
 
Archive Date
3/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THE RESPONSE DATE IS 1:00 p.m. Pacific Standard Time, 14 Feb 2006. 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. The solicitation is a request for a quote (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07 and DFARs Change Notice (DCN) 20060123. This acquisition is a small business set-aside. NAICS code is 332420 with a small business size standard of 500 employees. This requirement is for a Cryogenic Pump System and Installation. The specifications are as follows: CLIN 0001 Cryogenic Tank 1. A bulk cryogenic tank capable of storing 3000 gallons of liquid nitrogen (LN) at low pressure (10-20 PSI) is required. This tank will be a vertical standing tank installation suitable for storing and dispensing LN. This tank should be capable of dispensing a maximum of 4 gallons/minute of LN flow and a nominal LN flow rate of 10 gallons/hour. a. If necessary to maintain (10-20 PSI) internal pressure, this vessel will be supplied with a vaporizer system in place. b. This vessel will be supplied with all valves and fittings necessary to couple with a 1-in ID (2.5-in OD) Vacuum Jacketed bayonet delivery system. c. A 12-ft x 12-ft reinforced concrete pad for supporting the cryogenic tank will already be in place. CLIN 0002 Vacuum Jacketed LN Supply Line 1. 1-in ID (2.5-in OD) Vacuum Jacketed LN supply lines are required to supply LN to cryogenics pumps located inside the laboratory. These lines should be capable of handling a nominal LN flow rate of 10 gallons/hour. These supply lines will follow a path from the previously described storage tank leading inside the building and to the cryogenic pumps as per the following requirements (all measurements indicated in the following are approximate to 1-2 feet): a. The vacuum jacketed line will attach to the LN supply tank and extend north 4-ft to the outer south wall of building. b. The line will then turn vertically, extending 15-ft towards the building top. c. The line will turn ninety degrees to the west and extend 24-ft west along the outer south wall of the building. d. At this point the line will enter the building through an existing hole in the south wall 15-in deep. e. Immediately upon entering the building the line will terminate in a (T) type junction, one end pointing north and the other west. The west extension of this (T) will be blanked off for future use. f. The north extension from the (T) described in section (e) will run 62-ft north across the ceiling of the laboratory. There are currently other supply lines that follow this route and structural supports are in place. g. The line will then form another (T) junction, each branch of which will extend 6-ft east and west respectively. h. Both of the two separate lines will turn downward vertically and extend 15-ft towards the floor. i. Each 1-in line will terminate in a flexible hose ending in 0.5-in vacuum jacketed bayonet fittings suitable for attaching to PHPK model TM1200 cryogenic pump. CLIN 0003 Installation The following provisions apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: Best Value; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Additional information: Technical point of is Lt Jared Ekholm, (661) 275-3205. Contractual point of contact is Marc Venzon, (661) 277-2097, fax 661-275-7871, E-mail: marc.venzon@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 14 Feb 2006. Responses should be submitted to: Marc Venzon, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
 
Record
SN00976695-W 20060202/060131212123 (fbodaily.com)
 
Source
FedBizOpps 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.