Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

25 -- Vehicle Exhaust System

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-06-T-0102
 
Response Due
8/28/2006
 
Archive Date
9/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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 are being requested and a written solicitation will not be issued. FA4621-06-T-0102 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-12. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 336350. McConnell AFB KS plans to acquire the following items. Line Item 0001 - New/Replacement of Unserviceable Vehicle Exhaust System ? 9 Each - SPECIFICATIONS FOR VEHICLE EXHAUST REMOVAL SYSTEM SYSTEM OPERATION The system shall remove all visible smoke from the exhaust for an adjustable time period of 10 to 99 seconds after the vehicle starts. The time of filter operation shall be easily set. The system shall also remove all visible smoke from the exhaust whenever the vehicle is in reverse gear. After the vehicle's transmission is shifted out of reverse gear, the system will continue in the filter mode for the pre-set time period. The system shall be completely automatic, not requiring action by any personnel at any time, with the exception of "normal maintenance." However, a manual override option is available to allow operation for service or special purposes. Normal functioning of the system is in no way detrimental to the operation of vehicle. Further, the system shall protect the engine by automatically preventing itself from activating when back pressure exceeds 1.8 PSI. At this time an indicator light on the cab dash shows that the filter requires changing. SYSTEM COMPONENTS The system shall consist of a filter, a diverter unit and an electronic control module, all of which are completely self-contained on the vehicle. Therefore the system may be operated at any time, regardless of the vehicle's location. The filter shall be made of a porous ceramic material designed and manufactured specifically to filter soot from diesel exhaust for a minimum of 30 filter operating hours. The diverter unit shall be installed in the existing exhaust pipe and shall direct the engine exhaust either through the filter element or through the muffler. The electronic control module, which drives the diverter unit, is conveniently mounted for access. The circuit board holds the timer control where the duration of the filter cycle is set. The board also features a series of LED lights that monitor each function of the system. An hour meter mounted in the electronic control module is designed to be used as a guide to determine when a filter is nearing replacement. System installation shall be completed and tested on fire trucks at the customer's location (McConnell AFB, Kansas). Additionally, the provider will explain the operation and maintenance of the system to the personnel who will be responsible of routine maintenance. A written warranty will be provided to insure that the system is free from defects in materials and workmanship for a period of one (1) year from the date of installation. Please give estimated shipping charges, if any. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will 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 factors considered. The following factor will be used to evaluate offers: Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.211-6, Brand Name or equal. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. AFFARS 5352.201-9101, Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 p.m. Central Standard Time 28Aug 06. Offers can be faxed to A1C Janet Alworth at 316-759-4507 or e-mailed to janet.alworth@mcconnell.af.mil. Note: This item is currently unfunded. The funds may or may not become available. All offers need to be valid through 30 Sept 06.
 
Place of Performance
Address: 53147 Kansas St, Ste 102, McConnell AFB, KS
Zip Code: 67221
Country: UNITED STATES
 
Record
SN01112914-W 20060813/060811221259 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.