SOLICITATION NOTICE
H -- REQUAL AND HYDROSTATIC TEST OF COMPRESSED GAS CYLINDERS
- Notice Date
- 1/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G2CG9007A001
- Archive Date
- 2/24/2009
- Point of Contact
- David D. Tidwell Sr., Phone: 702-652-5346
- E-Mail Address
-
david.tidwell@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. A Request For Quotes (RFQ) is being requested and a written solicitation will not be issued. SOLICITATION #: F3G2CG9007A001 This combined synopsis/solicitation is issued as a Request For Quotes. Please include this Solicitation number on your RFQ. NAICS: 333995 This combined synopsis/solicitation is being issued as a 100% small business set aside. The small business size standard for NAICS 333995 is 500 Employees. Nellis AFB, Las Vegas, NV 89191 requires: The on site services of Inspecting, Repairing as needed, Requalifying, and Hydrostatic Testing of 67 each Compressed Gas Cylinder Tanks. These Linkless, Universal, and Ammunition Loading Systems (LALS/UALS/ALS) are utilized for loading 20mm ammunition into the F-15 and F-16 aircraft. The Cylinder Tanks that are attached to the loading systems supply compressed air to be used in conjunction with a pneumatic tool that facilitates the ammunition loading process. The Contractor shall provide all materials, supplies, equipment, parts, labor, transportation, personnel, and all else necessary to inspect, repair as needed, and certify the servicability and external condition of all 67 cylinder Tanks. The inspection will include but is not limited to: 1.) Visual Inspection for signs Arc burn and gouges deeper than the manufacturers minimum specifications; 2.) Removal of the Charging Valve Assembly and the inspection of servicability of the assembly to insure the valve assembly operates as the manufacturer has intended; 3.) Perform an internal inspection of the cyclinder tanks with a boroscope prior to the hydro pressure test to insure that the internal surface of the cylinder tank wall is free from defects such as rust or any other form of corrosion that may compromise the safety of the Hydro Pressure Tester and Personnel; 4.) Hydro Pressure Test each cylinder tank and certify that each cyclinder tank is capable of sustaining the pressures specified by the manufacturer. This process will involve a two in one check of each cylinder tank being filled with water and then being submerged into a test tank where it is then pressurized and inspected for leaks and servicability of the pressure valve; 5.) Purge each cylinder tank of all liquids and dried by a controlled nitrogen process to insure each cylinder tank is free of post hydro pressure test moisture; and 6.) Place a dated certification stamp on each successfully tested, repaired, and certified cylinder tank reverifying servicability. Contractor shall perform all such inspections of subject cylinder tanks in accordance with all applicable sections of Code of Federal Regulations (CFR), Title 49 (Transportation). A copy of aforementioned regulation can be obtained or reviewed on the web at http://www.10east.com/cfr. *** All costs of miscellaneous materials and supplies and consumables, as well as labor and travel associated with this solicitation shall be incorporated into the total cost of the Vendor Price Quote as submitted. *** This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 12, Commercial Items and FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-28 effective 12 Dec 08) are applicable to subject solicitation: FAR 52.204-7 – CCR, FAR 52.212-1 – Instructions to Offerors, FAR 52.212-4 – Terms and Condition – Commercial, FAR 52.222-3 – Convict Labor, FAR 52.222-19 – Child Labor, FAR 52.222-21 – Prohibit Segregated Facilities, FAR 52.222-25 – Affirmative Action, FAR 52.222-26 – Equal Opportunity, FAR 52.225-13 – Restrictions on Foreign Purchase, FAR 52.232-33 – Payment by EFT – CCR, FAR 52.233-1 – Disputes, FAR 52.233-3 – Protest after Award, FAR 52.247-34 – FOB Destination, FAR 52.212-5 Dev – Statutes/Exec Orders, FAR 52.52.252-1 – Provisions Incorporated by Reference, FAR 52.252-2 – Clauses Incorporated by Reference, 52.212-3 – Offeror Representations and Certifications – Commercial Items, 52.212-4 – Contract Terms and Conditions – Commercial Items, FAR 52.252-5 – Authorized Deviations in Provisions, FAR 52.252-6 – Authorized Deviations in Clauses, DFARS 252.204-7003 – Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A – Required Central Contractor Registration, DFARS 252.212-7000 – Offeror Representations and Certifications – Commercial Items, DFARS 252.212-7001 – Dev Terms and Conditions, DFARS 252.232-7003 – Electronic Submission of Payment Requests, DFARS 252.232-7010 – Levies on Contract Payments, DFARS 252.243-7001 – Pricing of Contract Modifications, AFFARS 5353.201-9101 – Ombudsman, AFFARS 5352.242-9000 – Contractor Access to Air Force Installations IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be based on lowest price technically acceptable. *** Contractor must currently be registered in CCR to be eligible for award.*** All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, and Email. All eligible responsible sources may submit a quotation which shall be considered. Quotations may be e-mailed to david.tidwell@nellis.af.mil no later than 9 February 2009, 8:00 PM PST. For questions, please contact Dave Tidwell by telephone at 702-652-2295 or e-mail at david.tidwell@nellis.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cda425f67a8e75531a78ddefcd22253&tab=core&_cview=1)
- Place of Performance
- Address: Nellis Air Force Base, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01741176-W 20090201/090130215901-9cda425f67a8e75531a78ddefcd22253 (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 |