SOLICITATION NOTICE
35 -- Fluid Dispensing System
- Notice Date
- 5/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
- ZIP Code
- 19902-5639
- Solicitation Number
- Reference-Number-F1Q2EM5122A100
- Response Due
- 6/15/2005
- Archive Date
- 6/30/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Quotations (RFQ), and the reference number is F1Q2EM5122A100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-03. This is a 100% small business set-aside. The NAICS code is 333913 and the size standard is 500 Employees. Contractor is required to provide: Fluid dispensing system (two pumps) with the following minimum requirements: One pump will be used to pump oil and hydraulic fluid with the following minimum specifications: Pump ratio: 10:1; Continuous duty flow rate: 4 gpm; Maximum fluid pressure: 1,800 psi; Maximum air inlet pressure: 180 psi; Fluid outlet size: 3/4 inch NPT; Air inlet size: 1/2 inch NPT; Air Consumption: 15 cfm per gallon pumped. The second pump will be used to pump anti-freeze and has the following minimum specifications: Pump ratio: 1:1; Continuous duty flow rate: 40 gpm; Maximum fluid pressure: 120 psi; Maximum air inlet pressure: 120 psi; Fluid outlet size: 1 inch NPT; Air inlet size: 1 inch NPT. A 4 ?? diameter air motor pump and a 4 ?? pumping stroke length is required. Pumps shall include a valve in piston design. System will consist of two banks of three hose reels. Hoses will be 50 feet long by 1/2 inch. There will also be three double-wall 300 gallon cylinder style tanks and all accessories for installation of system. GRACO sytem or equal is the acceptable minimum requirement. All quotes shall include pricing for F.O.B. destination to Dover AFB, DE. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation and FAR 52.211-6, Brand Name or Equal. As of 1 January 2005, offerors are required to complete online Representations and Certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items (FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration); FAR 52.219-6, Notice of Total Small Business Set-Aside; 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. ? Destination, and DFARS 252.204-7004 Alt I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DFARS 252.225-7001, Buy American Act and Balance of Payments Program), DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate and DFARS 252.225-7002, Qualifying Country Sources as Subcontractors are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. The POC for this acquisition is Therese Patterson (302) 677-5104, Fax (302) 677-2309, E-Mail Therese.Patterson@dover.af.mil. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (https://www.ccr.dlis.dla.mil/ccr/scripts/index.html). No written request for quote is available. Award will be made based on best value for the government, considering price and quality of equipment. Vendors are requested to provide technical literature for product evaluation. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes may be mailed to 436th Contracting Squadron/LGCB , Attn: Therese Patterson, 639 Atlantic Ave, Dover AFB, DE 19902. Quotes should be marked with the reference number F1Q2EM5122A100. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or mail by 15 June 2005, 4:00pm EST. Site visit is scheduled for 6 June 2005 at Building 788, Chevron Way, Dover AFB. Please contact Ms. Patterson (302)677-5104 by 4:00 p.m. EST 3 June 2005 if you will be attending.
- Place of Performance
- Address: Builing 788 Chevron Way, Dover AFB DE
- Zip Code: 19902-5639
- Country: USA
- Zip Code: 19902-5639
- Record
- SN00818460-W 20050602/050531212036 (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 |