Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

43 -- AGE Refuel/Defuel Kit

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4265-08-Q-0025
 
Archive Date
9/23/2008
 
Point of Contact
Jerald J. Kennedy,, , Timothy J. Rohrbach,,
 
E-Mail Address
Jerald.kennedy@whiteman.af.mil, timothy.rohrbach@whiteman.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 FAR 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 is issued as a Request for Quotation (RFQ), solicitation number FA4625-08-Q-0025. This is a 100% Small Business Set-Aside. The point of contact for this RFQ is A1C Kennedy at (660) 687-5433. All items listed are "Brand name or equal": If quoting an or equal product please provide all relevant documents for government evaluation ( i.e.: MFR, P/N, Model Number, performance, and specific literature CLIN 0001: Aircraft Ground Equipment Fueling/Defueling cart system MFR: Spokane Industries Model: CNV 600S EA 12V Description: 600 gal, double wall tight wrap t304 stainless steel elliptical low profile tank. Fuel delivery system: 12VDC driven fuel pump. Dual deep cycle battery system with 110/120V batter charging system and external powering capability using standard 7 prong commercial vehicle plug (used to run off tow vehicle if batteries are weak/dead during operation). Top fill tank, no bottom fill provisions. 2" diameter fill tube that runs to the bottom of the tank that prevents free fall of fuel, prventing static electricity. Moisture drain valve. Liquid level gauge at top of tank in 1/4 tank increments. Pump cabinet (covers pump and hose assemblies). Fuel meter reading 0-1000 US gallons in 1 gallon increments. Aviation filter housing, cartridge style fileter element. Series hose reel. 1"x35' aviation fuel hose. Refueling nozzle, standard diesel 1" with auto-shutoff capability. 4 wheel undercarriage. e-range tires on split steel wheels. Rear wheel cable drum brakes, manually operated with set lever on front. Front wheel steering. Lunette tow bar (pintle style). 1 each grounding reel with 50' coated cable. 1 ea PURPLE K BC rated, 10 lbs fire extinguisher. Paint to be toned down gray w/black stripe for military usage. Standard decal package. LED worklight; illuminates refuel work area. Reverse-flow defuel cpability with rigid and flex defueling wands with holder tubes. 4 ea tie down lugs; one each corner. Forklift pockets for lifting capabilities. Storge space for AGE equipment oil and anti-freeze. Spill response kit for fluid clean-up/recovery. Differential pressure guage (indicates degree of blockage w/filter element). Commercial manual only to be provided with equipment. Minimum test pump requirements for the system: Fueling - Using 35' of 1" inside diameter hose and nozzle rated at 12 gallons per minute. Defueling: using 35' of f1" inside diameter hose and an open 3/4" male quick disconnect rated at 10 gallons per minute. Please provide proposed delivery ARO and FOB___30_Days______. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The following FAR Clauses and Provisions apply to this acquisition: Brand name or equal 52.211-6, Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(14-20), (b)(24)(i)(ii), (b)(26), (b)(31), and (e); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The applicable North American Industry Classification System (NAICS) Code is 333913. The Small Business Size Standard is 500 employees. Award will be based on the best value to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: jerald.kennedy@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of A1C Kennedy. NOTE: Quotations must be received by 8 September 2008, 12:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. The primary consideration in evaluation of quotes received is the overall cost.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=73e413121d5e8db3890912cf6cc91523&tab=core&_cview=1)
 
Place of Performance
Address: 727 second st. ste 124A, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01654764-W 20080830/080828223620-73e413121d5e8db3890912cf6cc91523 (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.