Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

43 -- Aircraft Maintenance Breathable Air System - ATTACHMENTS

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
F2S2919194AG01-COMBO
 
Archive Date
9/21/2009
 
Point of Contact
Lucille D. Ngiraswei, Phone: 501.987.7115, Francis E. Dunn, Phone: 501.987.3844
 
E-Mail Address
lucille.ngiraswei@littlerock.af.mil, francis.dunn@littlerock.af.mil
(lucille.ngiraswei@littlerock.af.mil, francis.dunn@littlerock.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMXS BAS CONTRACTOR'S QUOTE TEMPLATE (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 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. (ii)This solicitation, F2S2919194AG01, shall serve as a request for quotation (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 (Effective 10 Sep 2009 and class deviation 12009-O0011 [FAR obtained from 554 ELSG/KSL) (iv)This acquisition is reserved exclusively for small business concerns as a 100% Small Business Set-Aside IAW FAR 19.502-2 (a). This acquisition is competitive under the North American Industry Classification System (NAICS) code is 423830 and the Small Business Size Standard is 500 employees. (v-vi) The following commercial item(s) is/are requested in this solicitation; (v-vi) The following commercial item(s) is/are requested in this solicitation; CLIN 0001 - 40 HP Variable Speed Compressor: 460V, 40 Horsepower, Single Stage, Air-Cooled, Oil Injected Rotary Screw Variable Speed Air Compressor, includes Fully Integrated Refrigerated Air Dryer and Filter Package. Mfr: Atlas Copco P/N: GA30VSD-175FF or Equal. QTY: 1 Each. CLIN 0002 - Panel Mounted Breathing Air Unit with CO Removal (with AC adapter and remote alarm). Inlet Pressure (max): 150 PSIG. Rated Air Flow: 200 SCFM. Operating Pressure: 100 PSIG. Operating Temp Range: 35-150°F. Humidity (Inlet Air): 30- 100%. Mfr: Modern Safety Techniques P/N: RP200CMST-S1 or Equal. QTY: 1 Each CLIN 0003 - 8-Outlet Manifold Assembly. Mfr: Modern Safety Techniques QTY: 2 Each. CLIN 0004 - 3/8 inch Quick Disconnects. Mfr: Modern Safety Techniques QTY: 16 Each. CLIN 0005 - Replacement Filter Kit. Mfr: Modern Safety Techniques P/N: FX200C or Equal. QTY: 1 Each CLIN 0006 - Start-up Cost. To Include: Starting the Compressor and Training equipment operators on unit operation. QTY: 1 Each (vii)The contractor shall complete the delivery of supplies within 30 calendar days after receipt of order. FOB: Destination for delivery to Little Rock AFB, AR 72099. (viii)The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (ix)The clause at FAR 52.212-2 Evaluation of Commercial Items; Quotes will be evaluated and awarded to the offeror with the Best Value (i.e. price, warranty, lifespan of item, environmental/energy efficiency considerations, delivery terms, etc…). (x)The provision at FAR 52.212-3 (Alternate I), Offeror Representations and Certifications -- Commercial Items, and the offeror’s representations and certifications must up to date on the ORCA website (https://orca.bpn.gov/). (xi)The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; (xii)The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. (xiii)Specifically, the following clauses cited are applicable to this solicitation: The provision at FAR 52.211-6, Brand Name or Equal. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; 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 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons. The clause at FAR 52.225.13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations In Clauses. The clause at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The clause at DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Alternate IIII; AFFARS 5352.201-9101, Ombudsman; and LRAFB 9, Wide Area Work Flow. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. It is also recommended that interested contractors have Representations & Certifications loaded on the Online Representations and Certifications website at https://orca.bpn.gov/. (xiv)(RESERVED) (xv)Quotes are required to be received No Later Than 1:30 PM CST, Friday 18 Sep 2009. Quotes must be sent via email (lucille.ngiraswei@littlerock.af.mil) or fax (501.987.8119). If quoting for an “Or Equal” item, detailed product literature must be provided with quote. (xvi)All quotes must be sent to the attention of A1C Lucille Ngiraswei via e-mail to lucille.ngiraswei@littlerock.af.mil; or facsimile to 501-987-8119.***email is encouraged, however facsimile is acceptable.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71c28b1abbfb0f715e098d00279d6bf1)
 
Place of Performance
Address: LRAFB, AR, Little Rock Air Force Base, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN01954189-W 20090916/090915001615-71c28b1abbfb0f715e098d00279d6bf1 (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.