Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

51 -- DIRECT PRESSURE BLAST CABINET

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2BE8127A001
 
Point of Contact
Samantha Jo DeLucia, Phone: 702-652-8463, Nathean W Stoner,, Phone: 702-652-8402
 
E-Mail Address
samantha.delucia@nellis.af.mil, nathean.stoner@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ#: F3G2BE8127A001 Quotes Due: 8 AUGUST 2008 @ 4pm PST MUST BE CCR REGISTERED IN ORDER TO RECEIVE AN AWARD FEDERAL TAX IDENTIFICATION NO. (TIN): CAGE CODE: DUN & BRADSTREET NUMBER (DUNS #): (If not known, call (800) 333-0505, you will immediately be provided the number (free/no charge). This number is also required for CCR REGISTRATION) EVALUATION CRITERIA: Award decision will be based upon the offer representing the best value to the government considering the following factors; price, delivery, technical capability, quality, design, warranty, etc. Requirements are as follows: CLIN Qty Unit Description Price Ext Price 0001 1 Ea DIRECT PRESSURE BLAST CABINET (Bead Blaster) BLAST CABINET MINIMUM REQUIREMENTS: Interior size-40" x 31" x 40" with one 20" x 30" side door and one 40" x 40" flip top lid. Overall footprint/floor size100" x 85". Cabinet-14-gauge welded steel construction. Double floor - 1/8" expanded steel plus carbon screen Pipes and heavy-duty mixing valve ASME Coded pressure vessel with easy access clean-out port, automatic sealing plunger and pneumatic vibrator. Pressure tank mounted at the bottom of the cabinet allows for the cabinet allows for the use of heavy steel abrasives. Window-Easy change window frame. Safety glass windows at least one 12" x 24". Lighting-Fluorescent lighting. Gloves-8" diameter neoprene. Gun system-equipped with tungsten carbide nozzles, standard. With 1/8", 3/16", and 5/16" diameter nozzles assortment. 30-120 PSI pressure range. ½" ID heavy duty blast hose. Safety enclosed foot pedal operated. Abrasive capacity-100 lbs minimum Dust collectors-400CFM pull-throughtype dust collector with motor and impeller on clean-air side, 10-gauge welded steel construction, 30 tubular filter bags(145 ft2 surface area) and a manual bag shaker. Air pressure gauge and air liner water filter. Electrical - 230V 60 Hz 1 phase motor. Abrasive Seperator-10 gauge welded steel vibrating particle screen. 850 CFM. Motor: 2 HP/3450 RPM/230V/1 phase/60 Hz ***Specify warranty information. NOTE: No Ozone Depleting Certification (ODC) required ELECTRONIC INVOICING REQUIRED - PAYMENTS ARE MADE UTILIZING WIDE AREA WORKFLOW Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit any accompanying documentation with quote. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-6, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as amended, 52.-222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE; FAR 52-225.13, Restriction on Foreign Purchase, FAR 52.232-17 Interest, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.222-7002 Compliance with local labor laws (overseas); DFAR 52.222-7006 Combating Trafficking in Persons; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.225-7041 Correspondence in English; DFAR 252.232-7003, Electronic Submition Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.233-7001 Choice of Law (overseas); DFAR 252.243-7001, Pricing of Modifications; DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to samantha.delucia@nellis.af.mil and nathean.stoner@nellis.af.mil or you may fax them to the attention of SrA Samantha DeLucia or SSgt Nathean Stoner at 702-652-9570. Please contact SrA SAMANTHA-JO DELUCIA with any questions/concerns at 702-652-8463. Quotes are due on or before 4:00pm Friday, 8 August 08,4:00 PM Pacific Daylite Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e80ebd82a9869c2fe1eec77d57d4f28&tab=core&_cview=1)
 
Place of Performance
Address: NELLIS, AFB, LAS VEGAS, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01629996-W 20080806/080804220905-4e80ebd82a9869c2fe1eec77d57d4f28 (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.