Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

91 -- LIQUID HELIUM AND NITROGEN

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8601-07-T-0084
 
Response Due
9/21/2007
 
Archive Date
12/25/2007
 
Description
LIQUID HELIUM AND NITROGEN This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-07-T-0084 is issued as a Request for Quotations (RFQ). All proposals, Representations and Certifications, and Central Contractor Registration Information are due no later than 2:00 PM EST on 21 SEPTEMBER 2007 and must be submitted to Matthew Passage at Matthew.Passage@wpafb.af.mil or at 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3 Room 109, Wright-Patterson AFB OH, 45433-5309. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-20, Effective 06 Sept 2007 & Class Deviation 2005-o0001. The acquisition is UNRESTRICTED, FULL AND OPEN COMPETITION. The associated standard industrial classification (SIC) code is 2813 and the North American Industry Classification System (NAICS) code is 325120. The small business size standard is 1000 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The tanks shall be exhausted upon pickup. An authorized representative shall call on Friday and instruct the contractor on delivery requirement for a Monday morning delivery. The tanks shall be delivered on Mondays between 7am and 11am each week. If Monday is a holiday, delivery shall occur on the following business day. Inside delivery at AFIT in Area B on Wright-Patterson Air Force, Ohio (45433) is required. The period of performance is 01 October 2007 through 30 September 2008. The RFQ has one (1) line item. Pricing should be broken down as follows and include both dewar price delivered and liter price delivered: Liquid Helium dewar 022 psi 60L $_______ per dewar ($____ per Liter) Liquid Helium dewar 022 psi 100L $________per dewar ($____ per Liter) Liquid Nitrogen dewar 022 psi l00L $_______ per dewar ($____ per Liter) Liquid Nitrogen dewar 022 psi 200L $_______ per dewar ($____ per Liter) Liquid Nitrogen dewar 230 psi 200L $_______ per dewar ($____ per Liter) Delivery Charge (only if additional trip required during the week): $_____ per trip. Note: Liquid Nitrogen shall be delivered weekly. Liquid Helium is delivered on an as needed basis. The requirement for Liquid Nitrogen shall be between 2-4 dewars per week, depending upon the amount of cylinders filled the previous week. Additional deliveries may be required. Customer-owned dewars shall be provided to the Government. The Government estimates the amounts of Liquid Helium to be 2,500 liters per year, and the amount of Liquid Nitrogen to be 60,000 liters per year. Only individuals authorized on the resultant award are authorized to place calls against the resultant award. Evaluation will be based on overall best value to the Government. Solicitation provisions at FAR 52.212-1, Instructions to Offerors - Commercial (Mar 2000) are hereby incorporated by reference. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items attached. Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Dec 01), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items are applicable to the acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number 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 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. The following FAR clauses are incorporated into this contract by reference to implement provisions of law or executive orders: FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-3, Hazardous Material Identification and Material Safety DFARS 252.223-7001, HAZARD WARNING LABELS DFARS 252.204-7004, Required Central Contractor Registration; are hereby incorporated by reference. DFARS 252.232-7003, Electonic Submission of Payment Requests AFFARS 5352.201-9101 Ombudsman 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance NONE. (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Be advised that contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: l-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: Http://ccr.edi.disa.mil/ccr/cgibin//query.p1. All proposals, Representations and Certifications, and Central Contractor Registration Information are due no later than 2:00 PM EST on 21 SEPTEMBER 2007 and must be submitted to Matthew Passage at Matthew.Passage@wpafb.af.mil or at 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3 Room 109, Wright-Patterson AFB OH, 45433-5309. For information concerning this solicitation, contact Matthew Passage at (phone) 937-522-4515 or (fax) 937-656-1412.
 
Record
SN01409377-W 20070919/070917220734 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.