Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

66 -- Balloon Inflation Kits

Notice Date
4/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
Reference-Number-F2FF046080A400
 
Response Due
5/12/2006
 
Archive Date
5/27/2006
 
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. The 16th Contracting Squadron, Hurlburt Field, Florida intends to solicit, and award a Firm-Fixed Price contract for the following: 19 each Balloon Inflation Kits. The kits will be used in conjunction with an upper atmospheric sensing system. The system requires a balloon inflation and weight system to inject a predetermined amount of helium into a meteorological balloon. Must be capable of inflating weather-type balloons from 30-1500 grams with neck sizes of 0.6 inch (14mm) and 1.3 inches (32mm) for 200 to 1500 gram balloons. Warren Knight Instrument Co. Model 22-8000 or equal. Kits shall include the following: 1.) High Pressure Inflation Hose that attaches to the tank regulator must have quick-connect for use with the inflation valve/stopcock on one end and threaded male connector on the other end to mate with the regulator. 2.) Inflation Valve/Stopcock to connect to a high-pressure inflation hose using a quick-connect male connector. Must have connection/insertion with filling hose for inflation nozzles/weights. 3.) Inflation nozzle system for 30 and 100 gram balloons with neck sizes of approximately 0.6-inch diameter. Must include nozzle, supplementary weights, and 36 inch filling hose for connecting to stopcock. 4.) Inflation Nozzle for filling 200-1500 gram balloons with neck sizes of approximately 1.3 inches diameter. Must include an inflation nozzle and supplementary weights with a weight hanger and a 36-inch filling hose for connection to the stopcock. 5.) Helium Regulator for use with standard US tank of helium. Must connect with the high-pressure inflation hose previously mentioned. The announcement number is F2FF046080A400. The North American Industry Classification System (NAICS) code for this acquisition is 334519 with a small business size standard of $1.3 million dollars. This procurement is set-aside 100% for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The following clauses are incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 99) 52.212-1, Instructions to Offerors-Commercial Item and any addenda to the provisions (JAN 06); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and technical specification. Offerors shall provide product literature sufficient to allow the Government to evaluate product for equal status.) (JAN 99); 52-212-3 Offeror Representations and Certifications- Commercial Items (MAR 05) Contractor must ensure annual reps and certs are current or complete them at http://www.bpn.gov/orca/. Please self-certify ORCA registration.; FAR 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 05); 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (FEB 06), sub-clauses that apply to 52.212-5 (Dev) are Convict Labor (JUN 03); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 06); 52.222-21, Prohibition of Segregated Facilities (FEB 99); 52.222-26 Equal Opportunity (APR 02); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 98); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 04); 52.225-13 Restrictions on Certain Foreign Purchases (DEC 03); 52.225-15 Sanctioned European Union Country End Products (FEB 00), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT. 03); 52.232-18 F.O.B Destination (NOV 91); 252.204-7004 Alt, Required Central Contractor Registration (CCR); 52.222-41 (FEB02); 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisitions of Commercial Items (JAN 05) sub-clauses that apply to 252.212-7001: 252.225-7001 Buy American Act and Balance of Payments Program (APR 03); 52.252-2 -- Clauses Incorporated by Reference (FEB 98); 252-232.7003 Electronic Submission of Payment Report (JAN 04); To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package with product literature should be received NLT 4:00 PM., Central Time on May 12, 2006. Anticipated award date is approximately 1 week after the due date. Send all packages to 16 CONS/LGCY Attn: Cinda Prescott, 450 Tully St, Hurlburt Field, Florida, 32544-5818, or by facsimile to (850) 884-5372 or email to Cinda.Prescott@hurlburt.af.mil . Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made based on best value for the Government, considering price and past performance. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at http://www.wawftraining.com.
 
Place of Performance
Address: Hurlburt Field, 16th Contracting Squadron, 350 Tully St, Hurlburt Field, FL
Zip Code: 32544
Country: USA
 
Record
SN01035618-W 20060428/060426220904 (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.