Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

43 -- AGE Refueler/Handi Fueler

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2AX28239A002
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Tyler Okerlund,, Phone: 701-747-5280, Shane T Lind,, Phone: 701-747-5281
 
E-Mail Address
tyler.okerlund@grandforks.af.mil, shane.lind@grandforks.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 F2A2X28239A002. This is a 100% Small Business Set-Aside. The point of contact for this RFQ is Tyler Okerlund at 701-747-5280 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/Handi-Fueler cart system MFR: Spokane Industries Model: CNV 400S-12V Description: 400 gal, double wall tight wrap t304 stainless steel elliptical low profile tank. Must include the following features: o 400 gallon double wall tight wrap T304 stainless steel elliptical low profile tank for JP8 or diesel fuels. o Fuel delivery system: 12VDC driven fuel pump. 12 gallons per minute. o Defuel System: Reverse manifold, untilizing 12 VDC, approx. 10 gallons per minute. o Power: 12 VDC Operation: on either external truck power or internal battery o Power supply: Bobtail via a commercial 7 prong vehicle plug, round posts, capable of interfacing with a 7 prong male connector on rear of all AGE shop bobtails. o Tank filling accomplished 2 ways: Top fill tank via manway with 2" angular fill tube to prevent the free fall of fuel. Bottom filled via single point pressure servicing adapter CAL-VAL 340AF. o Low point drain to remove moisture from tank and secure tank samples. o Mechanical analog, liquid level guage located on top of tank. Indicates level of fuel in ¼ tank increments. o Pump platform top cover that protects the pump equipment and gauges from inclement weather and exposure. Sides and bottom can be opened. o Fuel meter: A mechanical meter reading 0-999 US gallons in 1 gallon increments for fueling only. o Diesel style filter housing, with a commercially available cartridge style filter element, compatible with JP-8. o Manual crank return hose reel. o 1" X 35' aviation fuel hose. Ball valve shut off with refueling hose on pump end. Bitter end of hose equipped with a female QD cam lock fitting, capable of accepting male fittings of nozzle and defueling wands. o Standard diesel 1" refueling nozzle with non-locking, auto-shutoff and splash guard; 1 inch QD Cam lock for attachement to hose.. o Undercarriage: Standard SMP 4 wheel undercarriage. E-Range tires on split steel wheels. Front wheel steering. o Standard rear wheel cable drum brakes, manually operated with set lever on front. o Hitch: 3 inch ID Lunette tow bar (pintle style) which is a standard size for all AGE equipment. o 1 grounding reel with 50' coated cable, with clamp to connect to flightline grounding points for static prevention. o 1 each BC rated 10 lbs. fire extinguisher mounted on pump enclosure for easy access. o Paint to be Air Force gray with black stripe for military usage. o LED Worklight: Illuminates refuel work area.One swivel for exterior illumination and one for cabinet illumination. Exterior work area illuminated by LED flood light o De-fuel capability: Reverse-flow defuel capability with rigid and flex defueling wands with holder tubes. Wand is attached to fuel hose via a QD Cam Lock fitting. The wand is 1 inch ID SS tubing X 30 inches in length. A conductive rubberized flex wand, a 1 inch O.D. X 30 inch long is supplied. Permanent storage slots for wands are provided with system. o 4 each 3 inch, tie down lugs; one each corner to be provided for air transport. o Storage space for AGE equipment oil, hydraulic fluid and anti-freeze. Space available for up to three containers, 15 inches high X 8 inches wide X 15 ½ inches in depth. o Spill response kit for spill clean-up and recovery. Approximate size of kit will be 7" high by 17" wide by 21" deep. Standard kits include highly visible, water resistant safety yellow bag, hand straps for carrying or mounting kit on wall, hook-and-loop closure on flaps, bag opens and closes easily. o Air Bottle: 10 gallon capacity air bottle, with gauge, capable of 125 PSI, and being filled via a standard Schrader valve. Air bottle is equipped with a 20 foot long air hose, equipped with a Schrader filling nozzle, for filling AGE equipment tires. o Differential pressure indicator indicates degree of blockage with filter element. o Commercial manual is provided with equipment. Please provide proposed delivery ARO and FOB to Grand Forks AFB, ND 58205 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:tyler.okerlund@grandforks.af.mil or by FAX to (701) 747-4215 to the attention of Tyler Okerlund. NOTE: Quotations must be received by 15 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. Award will be made to the vendor that provides the best value to the government base on technical acceptance, price, and delivery.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b3c3833d3b09b68494247c0f4e419cd&tab=core&_cview=1)
 
Place of Performance
Address: 319 Contracting Squadron, 575 Tuskegee Airmen Blvd., Grand Forks AFB, ND 58205, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN01663398-W 20080910/080908221931-2b3c3833d3b09b68494247c0f4e419cd (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.