SOLICITATION NOTICE
J -- Tri_Sonic Wind Tunnel Hammel-Dahl Valve Repair
- Notice Date
- 8/2/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-06-T-0112
- Response Due
- 8/16/2006
- Archive Date
- 8/31/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items or services 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 solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-06-T-0112, in accordance with FAR Parts 12 & 13. The USAFA/DFAN has a requirement to repair or replace one 14-inch Hammel-Dahl globe valve which is part of the compressor system used for the Trisonic Wind Tunnel located in Building 2410, Aeronautics Laboratory, United States Air Force Academy. The subject valve is part of the permanently installed support equipment for the Aeronautics Laboratory's Trisonic Wind Tunnel. Air, which is compressed and stored at 600 psig and 120 degrees Fahrenheit, is vented at volume flow rates as high as 52 cubic feet per second through the 14-inch globe valve and into the wind tunnel. The valve is over 40 years old and was last overhauled in 1985. It now leaks and needs to be restored or replaced to ensure a leak proof seal. NOTE: A site visit may be scheduled upon request. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 332911 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. The required delivery date is NLT 1 December 2006. Quotations received with other than FOB Destination pricing will not be considered. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; best delivery/service date; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001, and Buy American Act and Balance of Payments Program, 252.232-7003, Electronic submissions of Invoices. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, August 16, 2006, by e-mail at kevin.crook@usafa.af.mil or mail to: Kevin D. Crook, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. Thank you for you interest in providing excellent services to the USAF Aeronautics Laboratory.
- Place of Performance
- Address: USAF Academy, CO
- Zip Code: 80840
- Country: UNITED STATES
- Zip Code: 80840
- Record
- SN01104373-W 20060804/060802221202 (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 |