Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

43 -- Compressors: provide, deliver, and install two (2) 100 hp variable speed rotary screw compressors, and remove existing equipment. - Davis Bacon WD - Statement of Work

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB1160B001
 
Point of Contact
Terence D Vickers, Phone: 661-277-9659
 
E-Mail Address
terence.vickers@edwards.af.mil
(terence.vickers@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Install of Compressors Davis Bacon Wage Determination Procurement to provide, deliver, and install two (2) 100 hp variable speed rotary screw compressors, and remove existing equipment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARs Change Notice (DPN) 20110819 AFAC. This acquisition is a 100% small business set-aside. NAICS is 333912 Air and Gas Compressor Manufacturing is applicable and small business size standard is 500 employees. Solicitation is for commercial purchase and install of: 2 Compressors with an Air Dryer, Remove old compressor. This is a Brand Name or Equal acquisition. The acquisition is for the 412th Maintenance Group (MXG), Edwards AFB, CA, 93524. The contractor shall provide request for quote - a Firm-Fixed Price quote for the following based on the requirements line items stated: Line item 0001: One (1) lot Removal of existing 250 hp Atlas Copco Compressor, electrical and other ancillary piping/equipment Line item 0002: Two (2) each Provide and deliver two (2) 100 hp variable speed rotary screw compressors Line item 0003: One (1) each Provide and deliver one (1) Refrigerated Air Dryer Line item 0004: One (1) lot Install compressors Line item 0005: One (1) lot Install new refrigerated Air dryer Line item 0006: One (1) lot Install new electrical panels, wiring, compressed air piping and all other essential material for a complete and usable turn-key compressed air system Government Delivery Requirement: The Government requires all equipment to be delivered and installed no later than 31 Dec 2011. If the above day cannot be met, contractors must provide an accurate and realistic delivery schedule. Place of delivery, performance, and acceptance is FOB Destination - Edwards AFB, CA 93524. Unit Prices shall include shipping to FOB Destination. The offeror(s) shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item, if not, the suggested manufacturer and part number. Warranty - Commercial standard, warranty duration and briefly state the substance of warranty. The contractor shall provide all personnel, equipment, accessories, supplies, tools, materials and project supervision, necessary for the items and service in accordance with the Statement of Work entitled "Installation of New Rotary Screw Air Compressor's at the Corrosion Control Facility B1634, Located at Edwards Air Force Base, CA" dated, 20 Aug 2011, attached to this solicitation. Please submit the following information with each quote: Cage Code, DUNS number, Prompt Payment Terms, Delivery Time, Date offer expires, warranty, Line item unit price, and Total price. Separately identify work subject to Davis-Bacon ACT (DBA). Applicable Wage Determination General Decision Number: CA100031 08/26/2011, CA31. The website is http://www.wdol.gov/wdol/scafiles/davisbacon/CA31.dvb, and the same Determination is attached. SPECIFICATIONS OF THE REQUIREMENT: COMPRESSORS AND REFRIGERATED AIR DRYER: Furnish and install two (2) new 100 horse power (HP) Ingersoll Rand IRN-100H-CC Variable Speed Rotary Screw air compressors or equal and a new refrigerated compressed air dryer sized to meet the air drying requirements of the two new compressors. The air dryer is Brand Name or equal - Ingersoll Rand Variable speed drive configuration, Model NVC1000A. Compressors shall have an Integrated Variable Speed Drive and a minimum supply air capacity of 410 Cubic Feet Per Minute (CFM) @ 140 Pounds Per Square Inch Gauge (PSIG), 425 CFM @ 125 PSIG and 475 CFM @ 100 PSIG. Compressors shall have a minimum operating air pressure of 140 PSIG and shall have no greater decibel rating than 80 dbA. Compressors and air dryer shall be suitable for outdoor installation and be able to withstand extreme Mojave Desert weather swings of 110 degree Fahrenheit (F) ambient summer temperature and 10 degree Fahrenheit (F) ambient winter temperatures. In addition, compressors and air dryer shall be able to withstand high wind and blowing dust conditions without affecting operation. INSTALLATION: Install new compressors and dryer on existing concrete slab (16' ft. wide x 18' ft. length) where existing Atlas Copco unit shall be removed. Height of new compressors is not a factor. Off loading of new equipment from delivery trucks and placement of new equipment on existing slab shall be the contractor's responsibility. Along with the new compressors air dryer and associated equipment, it shall be the contractor's responsibility to provide and install all compressed air piping, electrical panels, wiring and other ancillary equipment to provide a complete and usable turn-key compressed air system to the Air Force. Compressors shall be installed such that, they allow for cycling between compressors to increase preventive maintenance cycles, in addition to providing a redundant system. INSTRUCTIONS TO OFFERORS: A Site Visit will be held on 15 September 2011 at 10a.m. Pacific Time. Please confirm your attendance ahead of time with Terence Vickers, terence.vickers@edwards.af.mil, or 661-277-9659. Offerors shall provide with their quote for equipment and services their offered products a "footprint" of the offered equipment. This information shall be provided in form of a technical drawing/blueprint that provides all dimensional/specification data. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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) technical capability of the item offered to meet the Government requirement (ii) price Technical capability must meet the following salient characteristics: 1. Furnish and install two (2) new 100 horse power (HP) Ingersoll Rand IRN-100H-CC Variable Speed Rotary Screw air compressors or equal and a new refrigerated compressed air dryer sized to meet the air drying requirements of the two new compressors. 2. Compressors shall have an Integrated Variable Speed Drive and a minimum supply air capacity of 410 Cubic Feet Per Minute (CFM) @ 140 Pounds Per Square Inch Gauge (PSIG), 425 CFM @ 125 PSIG and 475 CFM @ 100 PSIG 3. Compressors shall have a minimum operating air pressure of 140 PSIG and shall have no greater decibel rating than 80 dbA 4. Compressors and air dryer shall be suitable for outdoor installation and be able to withstand extreme Mojave Desert weather swings of 110 degree Fahrenheit (F) ambient summer temperature and 10 degree Fahrenheit (F) ambient winter temperatures 5. Compressors and air dryer shall be able to withstand high wind and blowing dust conditions without affecting operation. 6. Install new compressors and dryer on existing concrete slab (16' ft. wide x 18' ft. length) where existing Atlas Copco unit shall be removed. 7. Air Dryer - Ingersoll Rand Variable speed drive configuration, Model NVC1000A that has 1000 CFM (cubic feet per minute). Basic model or equivalent to work with the compressors. 8. Able to install new Compressors, Air Dryers and remove existing Atlas Copco Compressor to designated location (nearby on base), by Government Project Manager. 52.203-3, Gratuities (Apr 1984) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep2006), with Alternate I (Oct 1995) 52.204-7 Central Contractor Registration (Apr 2008) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2011) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Apr 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Aug 2011) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-6 Davis-Bacon Act (Jul 2005) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 Previous Contract and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) 52.237-1 Site Visit (Apr 1984) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7004, Alternate A - Required Central Contractor Registration (Sep 2007) 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items (Aug 2011) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2010) 252.243-7002, Requests for Equitable Adjustment (Mar 1998). 252.225-7001 Buy American Act and Balance of Payment Program (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.201-9101 Ombudsman (Apr 2010) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) If the offeror does not have a copy of these provisions go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-conforming. Offers are due at the Air Force Flight Test Center (AFFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (4:30pm, Pacific Time) on 22 Sep 2011. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 275-7860. Faxed/email transmissions of quotes are preferred. If you transmit via fax, please call to verify transmission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S1AB1160B001/listing.html)
 
Place of Performance
Address: Edwards AFB, CA 93624, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02567922-W 20110910/110909000851-20bdd931890d172d74982825b201354f (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.