Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

41 -- Complete Filtration Systems

Notice Date
11/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T0EG6300A100
 
Response Due
11/29/2006
 
Archive Date
12/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Complete Filtration System and associated components as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0EG6300A100. The North American Industry Classification (NAICS) code is 333411 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a full and open 100% SB set-aside. The requirement consists of the following items: Air Filter Systems capable of filtering vaporous chemicals and aerosolized biological particles. Flow rate required is 2000 cubic feet per minute (cfm) flow rate. System should remove organic vapor compounds (99.95% removal) and particulates (99.995% removal of 0.3 micron particles). Systems consist of air handler (2000 cfm capacity), stainless steel housing to hold filtration cartridges, pre-filter cartridges, carbon based absorber cartridges and High Efficiency Particulate (HEPA) cartridges. Systems also require weatherproof construction with rain deflectors (will be installed outside of the test chamber). Requirement is for two (2) complete filter systems. Both filters will be used with a chemical test chamber. One will be used to continuously draw air out of the test chamber as an engineering control to prevent chemical and/or biological contaminants from leaking out of the chamber to adjacent occupied rooms. This first system requires a Variable Speed Frequency Drive that is capable of external control from a separate Data Acquisition Control system. This unit will draw air out of the chamber, filter it, and discharge the cleaned air to the environment through a screened discharge vent. The second system does NOT require a Variable Speed Frequency Drive and will operate in recirculation filter mode. That is, the unit will draw air out of the chamber, filter it, and return the cleaned air back to the chamber through a separate discharge vent. Units will be stationary that customer will install. Your quote should include total cost of the two complete air filter systems, replacement parts consisting of individual filter cartridges required to replace the filter cartridges contained in the baseline system, and any delivery charges. State delivery time required. These items are to be delivered FOB Destination to Eglin AFB, Florida. Submit with quote any drawings and your system specifications for review for acceptability. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-09. The following FAR clauses are incorporated by reference: 52.212-1, Instructions to Offerors?Commercial Items and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation--Commercial Items; (JAN 05) Technical capability is more important than price; 52.212-3, Offeror Representations and Certifications--Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4, Contract Terms and Conditions--Commercial Items; (OCT 03), 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, incorporating the following: (JUL 95), 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (OCT 95); 52.219-6, 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; (MAR 01), 52.223-11, Ozone Depleting Substances; 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.233-2, Service of Protest; (NOV 91), 52.247-34, F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; (FEB 98), this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil: (DEC 05), DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), DFAR 252.225-7001, Buy American Act and Balance of Payments Program; (APR 03), DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; (JAN 04), DFAR 252.232-7003, Electronic Submission of Payment Requests; (MAY 02), DFAR 252.247-7023, Transportation of Supplies by Sea, with Alt III; Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 29 Nov 2006. Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract with all attachments requested) to 96th Contracting Squadron, Attn: Sara Davila, Bldg 350 W. D Ave, Eglin AFB, FL 32542, by email at sara.davila@eglin.af.mil or facsimile, 850-882-1680. Information regarding this solicitation may be obtained by contacting Sara Davila at (850) 882-0362 or via e-mail.
 
Place of Performance
Address: Eglin AFB, Florida
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01182231-W 20061118/061116220516 (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.