Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

35 -- Pressing Equipment for USAFA Tailor Shop - Buy American Act Certificate

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4B5809133A002
 
Archive Date
6/27/2009
 
Point of Contact
Michael G. Fredericks, Phone: 719-333-3829
 
E-Mail Address
michael.fredericks@usafa.af.mil
(michael.fredericks@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Buy American Certificate This is a combined commercial synopsis/solicitation for a brand name or equal requirement 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number F4B5809133A002, in accordance with FAR Parts 12 & 13. ITEM DESCRIPTION: "OFFERORS ARE ON NOTICE THAT THIS REQUEST FOR QUOTE/PROPOSAL IS CURRENTLY AN UNFUNDED REQUIREMENT THAT MAY OR MAY NOT BE FUNDED BY 30 SEP 09. OFFERORS SHOULD ONLY SUBMIT A QUOTE/PROPOSAL IF THEY ARE WILLING TO ABSORB THE BID AND PROPOSAL COSTS REQUIRED TO RESPOND TO THIS REQUEST." This is an unfunded "Brand Name or Equal" requirement. The USAF Academy requires pressing machines/equipment for the tailor shop. The requirement is for Hoffman-New Yorker or Equal equipment. Requirements are listed below by CLIN number: The Buy American Act applies to the RFQ. The government wishes to know if an equal exist that can meet the two part Buy American Act test, FAR 225.101, which states that the end product must be manufactured in the US and that the cost of its US and qualifiying country components exceeeds 50 percent of the cost of all its components. The North American Industrial Classification System (NAICS) number is 333312 and the business size standard is 500 employees. The proposed acquisition is reserved 100% for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The Government will award a purchase order from this solicitation to the responsible offeror whose technically acceptable and lowest price quote conforms to the solicitation and represents the best value to the governmemt. Contract Line Items are as follows: CLIN 0001: Quantity required: 2 each New York Hoffman Brand or Equal Utility Press Part # UA 42 Requirements: •· Reliable Operation •· Superior Crease retention •· Rugged and Long Life Construction •· Range of Options •· Operator and Maintenance Friendly •· Automatic head Steam and Vacuum •· Warranty •§ 90 Days Parts and Labor •§ 1 Year Parts •§ 5 Years on Bucks and Head Frames •· Steam Consumption - 30 LB/HR (13.6 KG/HR) •· Maximum Steam Pressure - 125 PSI (862 K Pa) •· Maximum Air Pressure - 80 PSI (552 K Pa) •· Air Consumption - Free Air Per Cycle @ 80 PSIG - 0.69 FT3 (0.02 M3) •· Vacuum Size - NPT Female - 1-1/4 INCH •· Vacuum Requirement (Min.) - 0.75 HP •· Table Length Dimension "A" - 56 IN (1422 MM) CLIN 0002: Quantity Required: 2 Each Mushroom Press Part # - UA M1 - 19 Requirements: Fast and reliable Superior Crease retention Rugged and long life Construction Operator and Maintenance friendly User proven Automatic head steam and Vacuum Warranty 90 Days Parts and Labor 1 Year Parts 5 Years on Bucks and Head Frames Steam Consumption - 22 LB/HR (10KG/HR) Maximum Steam Pressure - 125 PSI (862 K Pa) Maximum Air Pressure - 80 PSI (552 K Pa) Air Consumption - Free Air Per Cycle @ 80 PSIG - 0.42 FT3 (0.012 M3) Vacuum Size - NPT Female - 1-1/4 INCH Vacuum Requirement (Min.) - 0.5 HP Table Length dimension "A" - 36 In (914 MM) CLIN 0003: Quantity Required: 1 Each JUDI II TENSIONING FORM FINISHER PART # JUDI II Requirements: Designed to finish a wide range of garments including Jacket, Blouses and Coats. Utilize a microprocessor to control steam/air and air cycles. Height of each garment automatically controlled by photocell. Manual override controls. User friendly Easy training Warranty •· 90 Days Parts and Labor •· 1 Year Parts •· 5 Years on Bucks and Head Frames Required power - 220-60-3-9.5AMPS Steam Inlet - ½" (12.7 mm) Return Steam - ½" (12.7 mm) Air Inlet - ¼" (6.4 mm) Steam Working Pressure - 85 PSI (6.4 mm) Steam Consumption - 66#/HR (30KG/HR) Air Working Pressure - 85PSI (6 BAR) Air Consumption - 1FT3 (.03M3) Fan Motor - 1.5HP (1.12 KW) Net Weight - 240# (109 KG) Gross Weight - 270# (123 KG) Overall Dimension - 44WX 33DX60-87H (1117WX838DX1524-2210Hmm) Volume - 50FT3 (1.4M3) CLIN 0004: Quantity Required: 1 Each Regency R-51 Part # Regency R-51 Requirements: 25" X 51" Thermostat Controlled heat surface Powerful built-in vacuum Heat adjustment Air volume Control lever Silicone Iron Rest Heavy Gauge Steel construction Designed for underpressing of small parts on shirt finishing Warranty 90 Days Parts and Labor 1 Year Parts 5 Years on Bucks and Head Frames Required Power - 110-60-16 AMPS Steam Inlet - ½" (12.7 mm) Return Steam - ½" (12.7 mm) Air Inlet - ¼" (6.4 mm) Steam Working Pressure - 85 PSI (6 BAR) Steam Consumption - 10#/HR (5KG/HR) 1 PH Vacuum - 1/3 HP (0.25 KW) 3 Phase Vacuum - ¾" HP (0.55 KW) Net Weight - 135# (61 KG) Overall Dimension - 75WX25DX37H (1905WX635DX940H mm) Volume - 40 ft3 (1.14M3) Installation is required for all equipement. Quoted prices must include shipping and installation costs and should be valid for through 30 Sep 09. Delivery is FOB Destination (USAFA, Colorado Springs, CO 80840). Delivery and installation is required no later than 60 days after receipt of order (ARO) or earlier. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Quotes should not exceed 10 pages, and shall list all item charisteristics. The Government will award a purchase order to the lowest priced responsible offeror whose offer technically conforms to the solicitation requirements and represents the best value to the government. Evaluation factors will include technical and price. Technical will be rated on a acceptable/non-acceptable basis. The government intends to make award without discussions but reserves the right to open discussions when necessary. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, and 52-232-18, Availability of Funds. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). Addendum that apply to include Addendum 52.212-4. FAR clause 52.212-5 (DEV) (Nov 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) applies to this acquisition. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT noon MT, 22 June 2009, by e-mail at michael.fredericks@usafa.af.mil, phone 719-333-3829, or by fax number 719-333-9103. 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 USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4B5809133A002/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01841987-W 20090613/090611235025-c4dbb04abc4b2c9ce4c592b9a9fc31c4 (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.