Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOLICITATION NOTICE

66 -- De Nora 3.5 MiOX Generator

Notice Date
6/20/2025 10:13:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
F5N3CE5127A001
 
Response Due
7/9/2025 9:00:00 AM
 
Archive Date
07/09/2025
 
Point of Contact
KYLE KALAGHER, Robert Stacy
 
E-Mail Address
KYLE.KALAGHER.1@US.AF.MIL, robert.stacy.2@us.af.mil
(KYLE.KALAGHER.1@US.AF.MIL, robert.stacy.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Westover ARB is seeking quotes for one (1) De Nora MiOX 3.5 Chlorine generator The spec sheet for the sought after unit has been attached as a document to this soliciatation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502- (v) For Technical Acceptability the Vendor MUST provide: a. Unit & total price per CLIN as outlined in the attachment ""Solicitation CLIN Schedule (Fillable)"" b. Warranty description, including duration and coverage. Failure to provide this information may result in disqualification. Site-Specific Requirements for On-site Mixed Oxidant Generation system: � Self cleaning � Fully automatic flow control � Remove monitoring capability � NSF-61 Certification (3rd party verification that the pipes, gaskets, and meters utilized for water delivery are drinking water safe and ensures these components don't contaminate drinking water with harmful chemicals or impurities. � Any chlorine mixing unit procured for Westover should have robust, industry proven mechanical and electrical components for which replacement and/or spare parts are readily available. � Generator unit must be rated at 3.5 lbs/day FAC @ 0.6% solution concentration. � Unit must include the following components: � Two (2) 1.75-lbs/day FAC electrolytic cell with rectifier/power supplies, variable speed brine & water pumps and controls all pre-assembled inside an operator safe low density polyethylene LDPE enclosure. � Integrated brine tank with automatic level control and capacity of 300-lbs of dry salt � Each unit operating voltage: 110/240 VAC, 1ph, 8 amp. � USB 2.0 port for data logging and RJ45 connection for HTML status monitoring � Spare parts kit (vi) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size. Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26. Vendor Solicitation amendments, if any, need to be acknowledged. (vii) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001 and CLINS 0002. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage, as well as, specifications that are outlined in �DeNora 3.5 MiOX Spec Sheet�. Failure to provide warranty information may result in disqualification. (viii) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items (ix) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xi) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. (xii) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xiv) Quotes must be submitted via email no later than (NLT) 12:00 PM EDT Monday July 7th 2025 to kyle.kalagher.1@us.af.mil with. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 12:00 PM Monday EDT June 30th 2025. (xv) Questions concerning this solicitation should be directed to kyle.kalagher.1@us.as.mil. Notice to Potential Bidder(s)/Supplier(s): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8e5e40d742e40b3bafc1303a802eec1/view)
 
Place of Performance
Address: Chicopee, MA 01022, USA
Zip Code: 01022
Country: USA
 
Record
SN07484268-F 20250622/250620230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.