Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

43 -- Trailer Mounted Mobile Air Compressor

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3F98207A003-1
 
Archive Date
9/15/2008
 
Point of Contact
Julie A Corchado,, Phone: 813-828-4254
 
E-Mail Address
julie.corchado@us.af.mil
 
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. This solicitation (F2V3F98207A003-1) is being issued as a Request for Quotation, and is subject to availability of funds. This requirement is set-aside 100% for Small Business. The item description is as follows: Contractor will provide all labor, tools and materials necessary to fabricate and deliver CLIN 0001 One (1ea) Trailer Mounted Mobile Air Compressor with the following specifications: 1. High pressure compressor operating at 25 cubic feet per minute (CFM) 2. 6,000 PSIG, maximum working pressure 3. Integrated air purification system 4. Four (4) ASME air storage cyclinders on board storage system 5. Two position NFPA compliant containment type, fill station 6. Carbon monoxide monitor calibration kit including 20 ppm and Zero Gases 7. Integrated 12 cylinder, SCBA storage rack 8. Emergency stop switch 9. Automatic condensate drain complete with combination separator/muffler 10. Two prime movers (electric or diesel) with independent on/off switches 11. Onboard electrical generating system capable of producing 7500 watts 12. Telescoping light mast with four (4) 500-watt quartz lights and integral air intake system 13. Onboard four (4) 115-volt electrical receptacles 14. Highway rated trailer USED OR REFURBISHED EQUIPMENT IS UNACCEPTABLE Any and all shutdowns and abnormal functions of the compressor or purification system shall be immediately indicated by fault lamps and audible alarm as required by NFPA 1901. The fill station shall be built and tested to conform to NFPA 1901, 1999 Edition. Must meet CGA pamphlet G-7, Compressed Air for Human Respiration, the requirements of ANSI/CGA g-7.1, Commodity Specification for Air, Grade E, and all other recognized standards for respirable air. All offers shall include pricing for each CLIN. Quote shall be valid until 30 Sep 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 12 Jun 2008, DFAR DCN 20080513, and AFFAR AFAC 2008-0605 effective 5 Jun 2008. The North American Industry Classification System code (NAICS) is 333912,and the standard is 500 employees. CLIN 0001 QTY: 1 EA UNIT PRICE ______________ EXTENDED TOTAL ___________ BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be responsive to the Request for Proposal. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered, unless already listed in the ORCA database.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.213-2 Invoices; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). FAR Clause 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The offeror shall provide its DUNS, or if applicable it's DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. Responses are due by 31 Aug 2008, 3:00pm Eastern Standard Time. Offers shall be accepted via email Julie.corchado@us.af.mil or fax (813)828-1091. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, CAGE code, DUNS Number, and Federal Tax ID Number. It is the sole responsibility of the contractor to ensure the Government receives the proposal prior to the date/time specified in this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b1b7d56d291d76af5f122194b1c1282&tab=core&_cview=1)
 
Place of Performance
Address: 6 CES/CEF, 7621 HILLSBOROUGH LOOP DR, MACDILL AFB, TAMPA, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01647831-W 20080823/080821223529-6b1b7d56d291d76af5f122194b1c1282 (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.