Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

43 -- Moble Air Breathing System

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
09052008
 
Response Due
9/19/2008 10:00:00 AM
 
Archive Date
10/4/2008
 
Point of Contact
or MSgt Tommy Leos,, Phone: 2106711726
 
E-Mail Address
tommy.leos@lackland.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The RFQ #090508 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-26. The associated North American Industrial Classification Standard (NAICS) Code is 423450, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Breathing Air Sytem Mobile Compressor, MFR: Bauer P/N TCOM-25H (Or Equal)(IAW attached specifications) Qty: 1 EA CLIN 0002 Option Package including a telescoping light mast, snorkel tube for compressor air intake, 7500 watt auxiliary generator, spare tire and wheel chocks with fender storage, 75 foot high pressure hose reel, and interior lights. CLIN 0003 Setup/start up including training for 2 days. This requirement will be accomplished using full and open competition procedures for commercial items. The government desires delivery not more than 90 days after receipt of order. Pricing shall be destination pricing. Place of acceptance and delivery will be 37 CES/CEF, Bldg 2325, Lackland AFB, TX 78236. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this solicitation. Please include Cage Code, DUNS, and Tax Identification Number with this quote. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, apply to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The following factors will be used to evaluate offers; (1) Price and (2) Technical Acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLINS. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. For evaluation, the factor of price is of the same importantance as technical acceptability. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-18, Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer, FAR Clause 52.211-6 Brand Name or Equal, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. CST, 19 Sep 2008. The preferred method for submitting quotes is by email (tommy.g.leos@lackland.af.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (210)671-3360 the POC for confirmation is MSgt Tommy Leos at (210)671-1726. Any questions referencing this solicitation will be submitted in writing via email at tommy.g.leos@lackland.af.mil, not later than 18 Sep 2008. The point of contact for this solicitation is MSgt Tommy Leos, Contract Specialist at (210)671-1726 or email listed above. Point of Contract MSgt Tommy Leos, Contract Specialist, Fax (210)671-3360, SPECIFICATIONS Bauer TCOM-25H Breathing Air System Mobile Compressor (OR EQUAL) must include: dual drive SCBA fill system that meets or exceeds the requirements of 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. The complete system shall be built by the same manufacturer and comprised of a high-pressure compressor with two prime movers, purification system, system control panel, storage system, fill station and a highway rated trailer. The station shall be designed for a maximum working pressure of 6,000 PSIG. All equipment shall be new and of current design and manufacture. Used or refurbished equipment will not be accepted. All components of this trailer shall meet or exceed all applicable standards as appropriate. DUAL DRIVE TRAILER MOUNTED COMPRESSOR SYSTEM 6000-PSI SERVICE The SCBA fill system shall consist of the following main components: - High pressure compressor - Two prime movers provided with integrated control circuits - Purification system - System control panel - Storage system - Air control panel - Two position SCBA fill station - Highway rated trailer Features: - Full compressor instrumentation complete with a gauge for each stage of compression, an oil pressure gauge and hourmeter - Two prime movers (combination of electric/diesel) - On/off switch for each prime mover - Power on light (electric circuit energized) - Operations and fill station panel lights for night time illumination - Air pressure switch (start/stop for electric, speed reduction @ pressure for diesel) - Compressor shall be equipped with a low oil pressure and high temperature shutdown switches and indicator lights - Diesel engine shall be equipped with low oil pressure, high temperature and over-speed shutdown switches with a common warning light - Pressure maintaining valve - Inlet filter restriction indicator for both the diesel engine and compressor - Automatic condensate drain complete with combination separator/muffler, drain solenoid timer, condensate reservoir, level switch and drain hose - Electronic purification system monitor with shutdown - Electronic carbon monoxide monitor complete with air regulation panel and shutdown - Carbon monoxide monitor calibration kit including 20 ppm and Zero Gases - Two position NFPA compliant containment type fill station - Two fill hoses complete with bleed valves and SCBA fill adapters of choice - Dual axle, four wheel, heavy duty highway rated trailer - Battery charger. System shall operate when the shore power cord is plugged into the fire house - Rear operations panel roller shutter door - SCBA storage racks built to accommodate up to12-SCBA cylinders shall be integrated within the enclosure - Storage locker located inside the trailer built to accommodate spare air purification cartridges - Emergency stop switch - Four (4) ASME air storage cylinders with dual function cascade controls operable by a single valve per bank - Lockable door latches Purification System The purification system shall purify high pressure air to a quality that meets or exceeds the requirements of CGA Pamphlet G-7, Compressed Air for Human Respiration, ANSI/CGA G-7.1, Commodity Specification for Air, Grade E, and all other recognized standards for breathing air. Purification shall be achieved by mechanical separation of condensed oil and water droplets, adsorption of vaporous water by a desiccant, adsorption of oil vapor and elimination of noxious odors by activated carbon and conversion of carbon monoxide to respirable levels of carbon dioxide by catalyst. Onboard Generating system Shall include an onboard generating system and pneumatically telescoping light mast with integral air intake system. An onboard generating system shall be provided that will produce 7500 watts. The power produced shall be sufficient to support the light mast plus four (4) additional 115-volt receptacles integrated onto the generator. • Spare Tire / Wheel Chocks o shall include a spare tire with cover and four (4) wheel chocks. The spare tire shall be a full sized or full sized variant. The cover shall be sized such that it will cover the entire spare tire. The tire assembly shall be mounted. Four (4) wheel chocks shall be provided with the trailer system and shall be stowed when not in use in convenient fenderwell lockers located on both the curb and street sides of the trailer. • Interior Lighting / High Pressure Hose Reel Shall include cabinet interior lighting and a 75-ft high pressure hose reel. Documentation A documentation package shall be supplied with the mobile compressor system. The documentation package shall include, at a minimum, two operation manuals with recommended spare parts list as required by NFPA 1901, warranty information and a start-up/warranty registration form. Testing and Preparation for Shipment The system shall be tested by the manufacturer prior to shipment. A copy of the manufacturer's test report shall accompany the station at shipment. The system shall be suitably prepared for transport. The compressor intake and similar openings shall be suitably covered. Component parts, loose parts or associated spare parts shall be packaged separately and shipped in the trailer. Arrival at Destination / Training The manufacture/seller shall test all components of the unit at delivery to the user and provide two consecutive days of training to fire department personnel. This training will cover all components.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c0e341bc1346ec80c3a7246f8db97eb&tab=core&_cview=1)
 
Place of Performance
Address: 1910 Kenly Ave, Building 2325, Lackland AFB, Texas, 78236-5169, United States
Zip Code: 78236-5169
 
Record
SN01669473-W 20080914/080912223536-2c0e341bc1346ec80c3a7246f8db97eb (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.