Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

43 -- Medical Air Compressor System

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U4009253A001
 
Archive Date
9/25/2009
 
Point of Contact
Doug Janders, Phone: (623) 856-7168 x230
 
E-Mail Address
doug.janders@luke.af.mil
(doug.janders@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, 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. The reference number applicable to this announcement is F24009253A001. This solicitation is being issued as a request for quotation (RFQ). This synopsis/combined solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-36, 10 Sep 09. This requirement is set-aside exclusively for small business reservation below the simplified acquisition threshold; NAICS code: 333912; Size Standard: 500 employees. FSC: 4310. Bidding Schedule Information: CLIN: 00001; QTY: One (1) Each; DESCRIPTION: Medical Air Compressor System; Oil-Less Scroll Medical Air Single Point Connection, Base Mount Triplex System, 5 HP; Salient Characteristics: (1) Mounted & Wired Triplex NFPA Control Panel - 460V/3PH/60HZ NFPA 99 Compliant; (2) Heavy-Duty isolation system; (3) Integrally mounted corrosion resistant 120 gallon vertical air receiver; (4) 34.4 cfm NFPA system capacity @ 50 PSIg; (5) Single-point connections; (6) Pre-piped and wired dew point hygrometer/CO monitor with remote contact; (7) Duplexed purge-control desiccant drying system with mounted prefilters, afterfilters, and regulators; (8) Dimensions: 67" x 72" x 75" height; (9) Quite oil-less scroll technology; (10) With one (1) each Intake Flex Hose; (11) With one (1) each Discharge Flex Hose; (12) Standard Commercial Warranty-include warranty provisions with initial proposal; Model Number: LPS-5T-SD120-SPL or equivalent; End-Item Application: Upgrade Existing Pipeline Equipment for Dental Clinic. FOB is at destination, Luke AFB, Arizona. The following clauses and provisions apply to this acquisition: FAR 52.211-6-Brand Name or Equal; FAR 52.212-1-Instructions to Offerors-Commercial Items; FAR 52.252-1-Solicitation Provisions Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.252-5-Authorized Deviations in Provisions, (Fill-In: Defense Federal Acquisition Regulation Supplements (DFARS), Chapter 48, respectively); FAR 52,222-22-Previous Contracts and Compliance; FAR 52.222-25-Affirmative Action Compliance; FAR 52.212-3-Offeror Representations and Certifications-Commercial Items, (If offeror has not completed the On-Line Representations and Certifications (ORCA) in conjunction with the required Centralized Contractor Registration (CCR), the offer shall complete and return these representations and certifications with their initial offer); FAR 52.225-18-Place of Manufacturer; FAR 52.232-18, Availability of Funds; DFARS 252.247-7023-Transportation of Supplies by Sea; DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.204-7006-Billing Instructions; FAR 52.252-6-Authorized Deviations in Clauses, (Fill-In: Defense Federal Acquisition Regulation Supplements, Chapter 48, respectively); FAR 52.252-2-Clauses Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.233-4-Applicable Law for Breach of Contract Claim; FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.247-34-F.O.B. Destination; FAR 52.209-6-Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4-Contract Terms and Conditions-Commercial Items; FAR 52.219-6-Notice of Total Small Business Set-Aside; FAR 52.222-3-Convict Labor; 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; 52.223-16 Alt I-IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 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 52.253-1-Computer Generated Forms; 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 Products; DFARS 252.204-7004 Alt A-Central Contractor Registration; 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; 252-239-7001-Information Assurance Contractor Training and Certification; DFARS 252.243-7001-Pricing of Contract Modifications; L-733-Addendum to 52.212-4-Contract Terms and Conditions-Commercial Items; L-734-Ombudsman; and L-713-Electronic Submission of Payment Requests. Funds are currently not available and may not become available until the end of the fiscal year. Offers shall ensure price proposal remains effective through 30 Sep 09. Government reserves the right to cancel this solicitation should funds not become available. In addition to the submission of offeror's pricing proposal, the offeror shall include sufficient descriptive literature to permit technical evaluation of the proposed items if other than the brand name specified. Failure to include descriptive literature shall render the proposal nonresponsive and excluded from further consideration. Offers shall be submitted electronically and must be received by 5:00 P.M. local time on 24 Sep 09.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U4009253A001/listing.html)
 
Place of Performance
Address: Luke AFB, Glendale, Arizona, 85309-1217, United States
Zip Code: 85309-1217
 
Record
SN01957971-W 20090918/090917001615-c98b4d9674406a3d0266a88cddc0ab91 (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.