Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOLICITATION NOTICE

59 -- Construct and Deliver Breaker Panels

Notice Date
4/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
f1tu2630790200
 
Response Due
4/24/2003
 
Archive Date
5/9/2003
 
Point of Contact
Scott Fustini, Contract Specialist, Phone 850-283-8627, Fax 850-283-8491, - LaToya Brown, Contract Specialist, Phone 850-283-2593, Fax 850-283-8491,
 
E-Mail Address
scott.fustini@tyndall.af.mil, latoya.brown@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of:***** 1) CONSTRUCT AND DELIVER BREAKER PANELS IAW ATTACHED SPECIFICATIONS AND DRAWING NUMBER CEMR021303-001, 24 each. 2) CONSTRUCT AND DELIVER CONNECTOR PANELS IAW ATTACHED SPECIFICATIONS AND DRAWING NUMBER CEMR021303-002, 24 each. 3) CONSTRUCT AND DELIVER BUSBAR SETS IAW ATTACHED SPECIFICATIONS AND DRAWING NUMBER CEMR021303-003, each.***** [CDKSDC PROJECT PANELS SPECIFICATIONS NOTICE A portion of this project includes the construction of a sliding interlock to prevent the closure of certain breakers at the same time. This feature is an important life safety function that must be accomplished with no errors and very close tolerances. Because of this safety consideration all components constructed will be subjected to stringent quality control measures to ensure compliance with the specifications. Units not meeting the standards set forth in this specification and accompanying drawings are subject to rejection and return to the vendor for modification or new construction. a) Panels shall be constructed of .125” gauge aluminum in accordance with drawings numbered CEMR021303-001 and CEMR021303-002. b) All inside seams, where applicable, will be seal welded. c) If necessary, participating vendors will be afforded the opportunity to view and take measurements of the prototype end item equipment to assist in the process of providing a valid offer. Drawings will be provided to participating vendors electronically using AutoCad version R14 or 2000. A vendor requiring printed copies of the drawings may obtain them, at their own expense, from Gulf Coast Blueprints in downtown Panama City by requesting the “Tyndall CDKSDC Project” set of plans. d) Measurements tolerance shall be limited to +/- 1/16”. Prior to construction the selected vendor will travel to Tyndall AFB to view and take his/her own measurements from the prototype unit located at building 1134. Measurements on the accompanying panel drawings are for reference only and will not be used for construction. e) Breaker cover panel cutouts must be accomplished using computer controlled water jet technology. This eliminates distortion due to heat. f) Panels shall be constructed, painted, and delivered at the rate of two sets per week beginning two weeks after contract award. g) Panels shall be painted to match surrounding enclosure (flat olive drab) using the powder coating method. Vendor obtaining the contract will be provided a painted piece of material with which to match color hues. Finish shall be provided with a satin (flat) finish. BUSBAR SPECIFICATIONS a) Bus bars must be manufactured in accordance with drawing number CEMR021303-003. b) Bus bar configurations will be provided to participating vendors electronically using AutoCad version R14 or 2000. A vendor requiring printed copies of the drawings may obtain them, at their own expense, from Gulf Coast Blueprints in downtown Panama City by requesting the “Tyndall CDKSDC Project” set of plans. c) Bus bar stock will be provided by the customer to the contractor as needed. d) Bus bar must be bent to the required angles by incorporating the use of a power brake with a .25” radius die. Bending by any other means is unacceptable. Dimensions tolerance will be limited to +/- 1/32”. e) Bus bar sets shall be delivered at the rate of two sets per week.] . This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 Purchase Request number is f1tu2630790200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 335313, size standard 750. The contractor shall provide the following: Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror’s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. FOB destination is required by the Government. FOB point is 1001 Mississipi Rd, Tyndall AFB, FL 32403. The required delivery date is 30 days from receipt of purchase order. Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technically expertise and superior performance will be considered. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: “Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.” ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR 52.225-18, European Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act – Trade Agreements – Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act – Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (Jul 1997). Quotes MUST reference RFQ No. f1tu2630790200. Offers must be sent via email or fax to the Purchasing Agent Scott Fustini scott.fustini@tyndall.af.mil no later than 24 Apr 2003 at 2:00 P.M. (CST) to 325 CONS/LGCBB ATTN: Scott Fustini, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the administrator Scott Fustini at scott.fustini@tyndall.af.mil or (850) 283-8627.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/TynAFBCS/f1tu2630790200/listing.html)
 
Place of Performance
Address: 1001 Mississipi Rd, Tyndall AFB, FL
Zip Code: 32403
Country: USA
 
Record
SN00301397-F 20030412/030410222555 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.