Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

44 -- COMPOSITE CURING OVEN

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T1ED9174A001
 
Archive Date
7/25/2009
 
Point of Contact
Juanita J. Paci, Phone: 8508820362, Kacey D. Jones, Phone: 8508820358
 
E-Mail Address
juanita.paci@eglin.af.mil, kacey.jones@eglin.af.mil
(juanita.paci@eglin.af.mil, kacey.jones@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Composite Curing Oven with specifics as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) number F1T1ED9174A001. This requirement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 333994 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. The requirement consists of the following items: CLIN 0001: (1 EA) Composite Curing Oven with the following specifications - 10'0" wide x 16'0" long x 8'0" high heating chamber - Bi-parting doors on one end - 500 degree F maximum temperature rating - 25,000 CFM, 20 HP recirculation system; combination airflow - 400 CFM exhaust blower with motor operated automatic modulating fresh air and exhaust outlets (utilized for low temperature operation) - 132 kW heat input with SCR power control - Eight (8) vacuum ports with shut off valves (all ports piped to one main header) - 12 point interior thermocouple jack panel (type J TC's) - Fully wired NEMA 12 electrical panel with Honeywell DCP 100 temperature controller (or equivalent), Honeywell Multitrend digital recorder-with 24 analog inputs (or equivalent), process high limit temperature instrument, equipment over temperature instrument, SCR power controller, lights & pushbuttons, and disconnect switch - Door limit switch (utilized to cut power to the heating elements when doors are opened) - Wired for 480/3/60 - 25 point temperature uniformity test +/- 10 degree F @ 125 degree F and 500 degree F (test to be performed in accordance with AMS 2750 rev. D for a class 2 oven, instrumentation type A) - Fully assembled and tested at facility prior to shipping CLIN 0002: (1EA) Turn-Key Installation to include: -Off load -Moving equipment into place -Hook up of power -Start up and debug -Training of operating and maintenance personnel -Uniformity Test CLIN 0003: Freight/Shipping (if applicable) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The following clauses/provisions are applicable: FAR 52.204-7, Central Contractor Registration; FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 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, incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government w/Alt 1; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-8, Utilization of Small Business Concerns; • 52.219-14, Limitations on Subcontracting; • 52.222-3, Convict Labor; • 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.233-2, Service of Protest; 52.252-2 Clauses Incorporated by Reference; (This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this: http://farsite.hill.af.mil); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: • 252.225-7001 Buy American Act and Balance of Payment Program; • 252-232.7003, Electronic Submission of Payment Report; • 252.247-7023 Transportation of supplies by Sea, with Alt III; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.246-7000, Material Inspection and Receiving Reports; Local Clause H-850, Wide Area Work Flow DoDAAC and Email Distribution Table. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. If your company is capable of providing this item, pricing and product literature must be received NLT 1200 CDT, 10 July 2009. Send all offers to Juanita Paci, e-mail: juanita.paci@eglin.af.mil, phone (850) 882-0362, or FAX to (850) 882-1680, or mail to 96 CONS/PKBC, Attn: Juanita Paci, 308 West D Ave. Bldg 260, Ste 130, Eglin AFB, Florida 32542. TSgt Kacey Jones is the alternate POC for this contract; e-mail: kacey.jones@eglin.af.mil or phone (850) 882-0358.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T1ED9174A001/listing.html)
 
Place of Performance
Address: JSF/SATAF - MXS, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01865495-W 20090704/090703002744-7a639561975495c098de6e4bf38c27e4 (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.