Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

54 -- Sanding and Dust Filtration Booth

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
 
ZIP Code
31005
 
Solicitation Number
F4A2015048AW02
 
Archive Date
10/1/2015
 
Point of Contact
Tyler G. Schaeffer, Phone: 850-283-3509, Matthew D. Crum, Phone: 8502838631
 
E-Mail Address
tyler.schaeffer@us.af.mil, matthew.crum.1@us.af.mil
(tyler.schaeffer@us.af.mil, matthew.crum.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote Sanding and Dust Filtration Booth PR#: F4A2015048AW02 FROM: 325th Contracting Squadron/LGCA 501 Airey Avenue, Suite 5 Tyndall AFB, FL 32403-5526 This is a combined synopsis/solicitation 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A2015048AW02 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. This acquisition will be a 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 332312. The business size standard is 500 employees. The following request for quote is for the purchase of the following commodities: DESCRIPTION: 0001 - Sanding Booth/Dust Collection Booth. (See Specifications below) $___________ 0002 - Sanding Booth Service Installation. $___________ Total $___________ SPECIFICATIONS o GFS Model #DCBG-200806-SG OR EQUAL  Working Dimenstions: 20'0" Wide x 8'0" High x 6'0" Deep  Overall Dimensions: 20'4" Wide x 8'10" High x 10'2" Deep o 2 DCM-7 Cartridge Modules - 22" Direct Drive Plug Type Exhause Fan (8,960 scfm per module x 2 Modules = 17,920 total scfm). Include 15 high efficiency cartridge filters, 99.8% rating at.5 microns. (air-to filter ratio 2.6:1) o 4 Light Fixtures - 48" 4-Tube, 265 mA, 32-watt T8 Ballast, dual voltage-120/277 with 85% color corrected tubes included o 1 Control Panel - Pre-wired electrical control panel (480v 3ph 3 wire). To include motor starter, circuit protection, transformer (if required), adjustable sequential control board for powder cleaning of filters, photohelic gauge, start/stop buttons, light switch, door mounted disconnect switch, Pilot Lights, Visual indicators for operation functions running and pulsations as well as identifying plugged cartridge filters. Each control panel designed for single point wiring feeder connection with breaker. All wires pre-numbered for easy identification. o Installation - Mechanical and electrical installation of booth. ***Brand name or equal items are acceptable. If submitting an "or equal" item, offerors shall submit documentation demonstrating that the "equal" item meets all the attached specifications/salient characteristics and submit all applicable literature with their quote (see FAR Clause 52.211-6 Brand Name or Equal). All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2 Evaluation-Commercial Items and FAR 52.211-6 Brand Name or Equal, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability - Evaluated against the attached specifications on a pass/fail basis 2. Price *Due Date: 16 September 2015, 11:00 am Central Standard Time *This will be awarded to the contractor that provides the lowest price technically acceptable to the government *This will be a firm-fixed price delivery order *Offerors shall be registered with SAM (System for Award Management. <http://www.sam.gov>) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. Please fill out the information below: COMPANY NAME: ______________________________________________________ EXPIRATION DATE IN SAM: _____________________________________________ CAGE CODE: ___________________________________________________________ DUNS NUMBER: ________________________________________________________ TAX IDENTIFICATON NUMBER: _________________________________________ TYPE OF BUSINESS (i.e. small, large, veteran owned, woman owned, etc...): ________________________________________________________________________ UNIT PRICE: ____________________________________________________________ DELIVERY DATE: ________________________________________________________ F.O.B. DESTINATION OR F.O.B. ORIGIN: ____________________________________ DISCOUNT TERMS (i.e. Net 30):____________________________________________ PHONE NUMBER: ________________________________________________________ ADDRESS: ______________________________________________________________ ______________________________________________________________ P.O.C. (Point of contact/ sales rep name): ______________________________________ E-MAIL: _______________________________________________________________ NOTES: • Invoices for the award resulting from this RFQ will be submitted electronically through Wide Area Work Flow (WAWF). • Delivery for Tyndall AFB FL 32403-5526. • In accordance with FAR 12.603, the following Federal Acquisition Regulation (FAR) provisions and clauses will apply to this procurement: o 52.204-7 System for Award Management o 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards o 52.204-13 System for Award Management Maintenance o 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.212-1Instructions to Offerors -Commercial Items (https/farsite.hill.af.mil) o 52.212-2 Evaluation- Commercial Items o 52.212-3 Offeror Representations and Certifications- Commercial Items o 52.212-4 Contract Terms and Conditions- Commercial Items o 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items o 52.219-6 Notice of Total Small Business Set-Aside o 52.219-28 Post Award Small Business Representation o 52.222-3 Convict Labor o 52.222-19 Child Labor- Cooperation with Authorities and Remedies o 52.222-21 Prohibition of Segregated Facilities o 52.222-22 Previous Contracts and Compliance Reports o 52.222-25 Affirmative Action Compliance o 52.222-26 Equal Opportunity o 52.222-36 Affirmative Action for Workers with Disabilities o 52.222-41 Service Contract Act o 52.222-50 Combating Trafficking in Persons o 52.223-4 Recovered Material Certification o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving o 52.225-13 Restrictions on Certain Foreign Purchases o 52.232-33 Payment by Electronic Funds Transfer- System for Award Management o 52.232-40 Providing Accelerated Payments to Small Business Subcontractors o 52.233-1 Disputes o 52.233-3 Protest After Award o 52.233-4 Applicable Law for Breach of Contract Claim o 52.246-2 Inspection of Supplies- Fixed Price o 52.246-4 Inspection of Services o 52.246-16 Responsibility for Supplies o 52.247-34 F.O.B.-Destination o 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) o 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) • The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses will apply to this procurement: o 252.203-7000 Requirements Relating to Compensation of Former DoD Officials o 252.203-7002 Requirements to Inform Employees of Whistleblower Rights o 252.203-7005 Representation Relating to Compensation of Former DoD Officials o 252.204-7004 Alternate A, System for Award Management o 252.211-7003 Item Identification and Valuation o 252.225-7001 Buy American and Balance of Payment Program o 252.225-7002 Qualifying Country Sources as Subcontractors o 252.225-7048 Export Controlled Items o 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports o 252.232-7006 Wide Area Workflow Payment Instructions o 252.232-7010 Levies on Contract Payments o 252.247-7023 Transportation of Supplies by Sea • The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses will apply to this procurement: o 5352.201-9101 ACC Ombudsmen o 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Any further questions contact: A1C Tyler Schaeffer 325th Contracting Sq. Tyndall AFB, FL 32403 (850) 283-3509 If unavailable please contact: SrA Dominick Cagle 325th Contracting Sq. Tyndall AFB, FL 32403 (850) 283-1294 ** Please e-mail quotes to tyler.schaeffer@us.af.mil **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12ac8b189c00ff8c8e938d801b8ad0be)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403-5526, United States
Zip Code: 32403-5526
 
Record
SN03880098-W 20150912/150911000107-12ac8b189c00ff8c8e938d801b8ad0be (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.