Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
MODIFICATION

72 -- Respirator Wash/Dryer

Notice Date
5/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT900130A001
 
Archive Date
6/19/2010
 
Point of Contact
Misty Wilcox, Phone: 7074247744, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
Misty.Wilcox@Travis.af.mil, elizabeth.squires@travis.af.mil
(Misty.Wilcox@Travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT900130A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective 13 May 2010, DCN 20100519, and AFAC 2010-0402. This acquistion will be solicited as total small business set aside. The North American Industry Classification System (NAICS) code is 333319. The business size standard is 500 employees. The Federal Supply Class (FSC) is 3589. The Standard Industrial Classification (SIC) is 3695. Requirement Description: 0001 - Respirator Washer must be capable of washing/sanitizing 36 full face or 72 half mask respirators in one machine cycle up to 360 per hour. Must be front loaded variety with 20"X20"X6" racks with at least six rack capacity. The Respirator washer needs to be able to stack the respirator dryer on top due to space constraints. Must have a one minute wash cycle, with a 30 cycle per hour ratio. Unit needs a have at least 63 GPM pump rating through spray nozzles. Must be able to handle 20lb pressure flow at 120 degrees and contain a 2 1/4" inside drain hose connection. Power supply needs to be 115 VAC 1 Phase, 10A load. Needs be constructed of type 304, 18-8 No. 4 finish stainless steel. Washer dimensions shall be 24" wide X 26" deep by 40"high (+/- 1"). Top loading respirator washers will NOT be considered due to space requirements. Vendor will provide all technical/parts manuals and provide a 1 year parts/labor warranty. QTY: 2 EA 0002 - Respirator Dryer must be capable of drying 24 full face or 48 1/2 mask respirators in one machine cycle. Heat must be blown across respirators at a rate of 150 CFM. Dryer must have two input levels of 750 and 1500 watts auto controlled by adjustable controller. Must contain a 0-60 minute adjustable timer switch for on and off timing functions. Heat source must come from 1500 watt (2X750W elements). Power supply must be 115 VAC, 1 Phase, 14amp. Needs to be constructed of 304 stainless steel with a size dimension of 27" wide by 22" deep by 30" high (+/- 1 "). Must designed to stack on top of respirator washer due to space considerations. Vendor will provide all technical/parts manuals and provide a 1 year parts/labor warranty. QTY:2 EA 0003 - Washer Racks must be commercial grade, 20" x 20" x 7" high (+/- 1"), welded wire, green vinyl coated, open type, with self-centering corner stack tabs. Constructed of at least 3-gauge (1/4" diameter) side wire (3" x 2" mesh). Used with combination 3-gauge 1/4" diameter - 10 gauge with a 1/8" diameter bottom construction out of 3" x 1-1/8" mesh. Designed to be interchangeable with respirator washer/drier. Vendor will provide all technical/parts manuals and provide a 1 year parts/labor warranty. QTY: 6 EA 0004 - Respirator detergent must be an alkaline cleaning mixture with a hazard class 8. Must contain Silicic Acid, Disodium Salt, Tetrapotassium Pyrophosphate and Potassium Hydroxide. Must have a boiling point of 212 degrees Fahrenheit with a specific gravity point of 1.212 at 20 degrees Celsius. It shall have a flash point of 200 degrees Fahrenheit and weigh 10.1 lbs per gallon. Must contain a NFPA 704 hazard rating of 3 for health, 0 for flammability and 1 for reactivity. QTY: 4 EA 0005 - Shipping Cost QTY: 1 EA ****All Items must be delivered, invoiced by 25 Sept 2010 but no later than 30 Sept 2010**** Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) to be technically acceptable you need to meet all requirments addressed in the item description; (ii) price, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.233-4 Applicable Law for Breach, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-6 Notice of SB Set Aside 52.219-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 252.225-7001 Buy Ameican Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea (ALT III), FULL TEXT CLAUSES: 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference. http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.212-7001 Contract Terms and Conditions (Deviation), 5352.201-9101 Ombudsman, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; Wide Area Work Flow Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to misty.wilcox@travis.af.mil or fax to 707 424 7744. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries/questions must be submitted by 28 May 2010 @ 1600 no questions will be accepted after this date. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 4 June 2010, 0900 AM, PST quotes are to be provided by fax or email. Point of contact is Misty M. Wilcox, SSgt, Contract Specialist, telephone (707) 424 7744, misty.wilcox@travis.af.mil. Alternate POC is Elizabeth Squires, Contract Officer, telephone (707) 424 7761, elizabeth.squires@travis.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT900130A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis, California, 94535, United States
Zip Code: 94535
 
Record
SN02159892-W 20100527/100525235419-f654d9216e9a665276661423ef9df596 (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.