Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

66 -- Clean Room Materials

Notice Date
5/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD9098A001
 
Archive Date
5/29/2009
 
Point of Contact
Lloyd L. Porterfield,, Phone: 505-846-8140, Brian J. Clark,, Phone: 505-846-8146
 
E-Mail Address
lloyd.porterfield@kirtland.af.mil, brian.clark@kirtland.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 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. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 333411 - Air Purification Equipment Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD9098A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-32, effective 31 March 2009. The Government intends to award Seven (7) contract line items in accordance with the following specifications: ITEM 1: A free standing soft wall clean enclosure, 10 ft. x 16 ft. x 8 ft. (length x width x nominal height) Wall material is 20 mil thick clear, fire retardant, antistatic vinyl Enough wall material should be provided to cover the enclosure without any strip doors Wall material should extend to within 6 inches of the floor and be fixed or weighted at the bottom All hardware for attaching the walls and doors to the frame should be included Ceiling is supported only on the four corners Ceiling is gridded with nominal 2 ft. x 4 ft openings to accept: 7 ea. 2 ft. x 4 ft. Hepa filter fan units (FFU) 3 ea. 2 ft. x 4 ft. fluorescent light kits 10 ea. 2 ft. x 4 ft. transparent ceiling tiles (the lights, FFUs and tiles shall be delivered with the enclosure) -------------------------------------------------------------------------------------------------------------------- ITEM 2: An electrical wiring kit shall be provided that properly connects the lights and FFUs to the minimum number of nominal 15 Amp 120 VAC electrical junction boxes required to power the enclosure --------------------------------------------------------------------------------------------------------------------- ITEM 3: A 4 ft. wide, 0.08 inch thick strip door of clear, fire retardant, antistatic vinyl with overlapping strips. Strips should be 8 inches wide with 2 inch overlap ------------------------------------------------------------------------------------------------------- ITEM 4: A free standing soft wall clean enclosure, 12 ft. x 16ft. x 8 ft. (length x width x nominal height) Wall material is 20 mil thick clear, fire retardant, antistatic vinyl Enough wall material should be provided to cover the enclosure without any strip doors Wall material should extend to within 6 inches of the floor and be fixed or weighted at the bottom All hardware for attaching the walls and doors to the frame should be included Ceiling is supported only on the four corners Ceiling is gridded with nominal 2 ft. x 4 ft openings to accept: 9 ea. 2 ft. x 4 ft. Hepa filter fan units (FFU) 4 ea. 2 ft. x 4 ft. fluorescent light kits 11 ea. 2 ft. x 4 ft. transparent ceiling tiles (the lights, FFUs and tiles shall be delivered with the enclosure) --------------------------------------------------------------------------------------------------------- ITEM 5: An electrical wiring kit shall be provided that properly connects the lights and FFUs to the minimum number of nominal 15 Amp 120 VAC electrical junction boxes required to power the enclosure -------------------------------------------------------------------------------------------------------- ITEM 6: A 4 ft. wide, 0.08 inch thick clear strip door of clear, fire retardant, antistatic vinyl with overlapping strips. Strips should be 8 inches wide with 2 inch overlap ------------------------------------------------------------------------------------------------------------ ITEM 7: A 6 ft. wide, 0.08 inch thick strip door of clear, fire retardant, antistatic vinyl with overlapping strips. Strips should be 8 inches wide with 2 inch overlap CONTRACTOR SHALL PROVIDE THE EARLIEST ESTIMATED DELIVERY DATE FOB: DESTINATION Inspection and acceptance: DESTINATION Contractor shall provide warranty information The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.219-1 Small Business Program Representations and FAR 52.219-1 Alternate I; FAR 52.251-1 Government Supply Sources; DFARS 252204-7004 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 252.225-7036 Buy America Act-Free Trade Agreements-Balance of Payments Program and DFARS 252.225-7036 Alternate I; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of supplies by sea; DFARS 252.247-7023 Alternate III; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.211-7003 Item Identification and Valuation; Offeror will be evaluated in accordance with FAR 13.106-2 Evaluation of quotations or offers; 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-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.219-28; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; 52.252-1]; FAR 52.252-2 Clauses Incorporated by Reference, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. SHIPMENT MUST BE RECEIVED COMPLETE IN ORDER TO INVOICE. PARTIAL SHIPMENTS AND PAYMENTS ARE NOT AUTHORIZED ON THIS ORDER. Offers may be emailed to lloyd.porterfield@kirtland.af.mil or mailed to 377 CONS/LGCA, ATTN: Lloyd Porterfield, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, or faxed to (505) 846-4262, ATTN: Lloyd Porterfield. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebd2fdb3534c0a0d5abb42a60adff543&tab=core&_cview=1)
 
Place of Performance
Address: 377 CONS/Base Support Flight, 2000 Wyoming Blvd SE, BLDG 20604, Room B-22, Kirtland Air Force Base, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01810166-W 20090508/090506221420-ebd2fdb3534c0a0d5abb42a60adff543 (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.