Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

68 -- CLIN 0001-Fuel Catalyst: The product is a maintenance-free, non-filtering device that can be delivered as a drop-in unit for use in fuel and storage tanks.

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 157 MSG/MSC Contracting Office, 157 MSG/MSC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
 
ZIP Code
03803-0157
 
Solicitation Number
W912TF-09-Q-0517
 
Response Due
4/8/2009
 
Archive Date
6/7/2009
 
Point of Contact
Catherine Keenan, 603-430-3500<br />
 
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 is a 100% small business set-aside (See FAR Part 19.502). The North American Industrial Classification System (NAICS) Code for this acquisition is 325998. The related small business size standard is 500. This announcement constitutes the only solicitation, Request for Quote (RFQ) is being requested for: Fuel Catalyst: The product is a maintenance-free, non-filtering device that can be delivered as a drop-in unit for use in fuel and storage tanks or can be installed anywhere in the fuel line as an inline unit to catalyze fuel prior to combustion. The fuel undergoes a catalytic reaction to reformulate the hydrocarbon molecules into a more reactive arrangement. The catalyst will work on all types of hydrocarbon fuels. The device will not contain magnets or use a magnetic field in any portion of the catalytic reaction. The catalyst will not require a power supply, add any elements to the fuel or generate any signatures. No copper or cadmium will be used in the construction of the catalyst itself or in the catalysl housing or connectors. The catalyst will be resistant to damage caused by contact with water. The catalyst will have its smallest module made of a quaternary metal alloy with a low surface area I weight (~1.7 cm 2/gram) ratio. The catalyst will have a service life of 250,000 miles or 5,000 operating hours. The catalyst will be MIL-S-901-D certified. Evidence of the catalytic reaction must be verifiable by Nuclear Magnetic Resonance(NMR), Gas Chromatography Mass Spectrometry and/ or ASTM certified tests for diesel and gasoline fuels. Published in the American Chemical Society demonstrating bacteria destruction The product must also be California Air Resources Board exempt from Vehicle Code Section 271 56 Executive Order #D-352-1 and United States EPA accepted for use on engines to 40 CFR 85.1 17. The catalyst must be Department of The Air Force,Vehicle and Equipment Management Support Office (Vemso) approved. For Vehicles listed: YEAR MAKE MODEL 2006BlueBird32 pax bus 2005CHEVY C2500 6.6 pu 2005Chevy C3500 6.6 PU 2001Chevy 6.5 EXPG30 1997FMC B500 2004Ford F350 2004FORD 6.0EXCURSION 2001Ford 7.3EXCURSION 2001FREIGHTLINERFL70 2004FREIGHTLINER 2001GlobalDeicer 2 fuel systems 2006GlobalDeicer 2 fuel systems 2002GlobalDeicer 2 fuel systems 2005Halverson25K Loader 2001HysterH155XL 2006HysterH155XL 2002INTERNATIONAL4200 2004INTERNATIONAL7300 2007INTERNATIONAL 2003OshkoshSnow Broom 2003OshkoshSnow RML Blower 2003OshkoshSnow RML Blower 2004OshkoshSnow Broom 2005Oshkosh45K Reversable Plow 2006Oshkosh45K Reversable Plow 2006Oshkosh45K Reversable Plow 2007Oshkosh45K Reversable Plow 2005Oshkosh45K Reversable Plow 2003SterlingL8500 2007SterlingL7500 2004Thomas44 Pax bus The following Federal Acquisition Regulations (FAR) and (DFAR) provisions apply to this solicitation: FAR 52.204-7,Central Contractor Registration,FAR 52.247-34,F.o.b. Destination;FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Within this clause the following clauses apply: FAR 52.219-6, Notice of Small Business Set-Aside; 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; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following DFARS clauses apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil RFQ is due April 08,2009 at 2:00PM EST. Email or FAX (Email is perferred)Catherine.keenan@ang.af.mil / FAX 603-430-3428. Contracting Office Address: 302 Newmarket Street Bldg #145,RM213, Pease ANGB, Newington NH 03801-2886 Primary Point of Contact: Catherine Keenan, Contracting Officer catherine.keenan@ang.af.mil Phone: 6034303500 Fax: 6034303428
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3ca94e5f3bfa579153575f48dccd0ab&tab=core&_cview=1)
 
Place of Performance
Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145, PEASE ANGB NH<br />
Zip Code: 03801-2886<br />
 
Record
SN01772045-W 20090320/090318220028-c3ca94e5f3bfa579153575f48dccd0ab (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.