SOLICITATION NOTICE
43 -- RECOVERY FXSB11-1751 - REPLACE AIR COMPRESSORS
- Notice Date
- 7/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-09-T-0010
- Point of Contact
- Brenda J. Leckrone, Phone: 907-552-5337
- E-Mail Address
-
brenda.leckrone@elmendorf.af.mil
(brenda.leckrone@elmendorf.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. The solicitation number is FA5000-09-T-0010; this solicitation is a request for quotation. *This will be 100% Small Business Set Aside.* This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, 15 Jun 09 and Defense DCN 20090115. The North American Industry Classification System (NAICS) code is 423830. The business size standard is 500 employees. The Federal Supply Class (FSC) is 4310. The Standard Industrial Classification (SIC) is 3563. Elmendorf AFB intends to award a purchase order for the following FOB POINT IS DESTINATION: The contractor shall provide all personnel, equipment, manuals, tools, materials, transportation, supervision, and other items and services necessary for performing maintenance retrofits of the compressed air systems in Buildings 9361 (Snow Barn) and 8326 (AGE). The contractor shall have experience with commercial and industrial compressed air systems in the following areas: 1) system design; 2) installation; 3) commissioning; 4) operations and maintenance; 5) on-site laser alignment of motors and compressors; 6) ultrasonic vibration measurement; and 7) on-site operations and maintenance training. All work performed shall comply with equipment specifications, government and commercial standards, as well as all federal, state, and local requirements for compressed air systems. Workers skilled in the trade of compressed air system installation, commissioning, and maintenance shall accomplish all work requirements under this contract. The contractor shall provide to the contracting officer each employee's training certificates upon request. Delivery and installation: 30 Days ARO 0002: FSCurtis 10HT12UPY UltraPack (or equal) 2 Stage Piston Air Compressor with 10 HP 208/3/60 motor mounted on a 120 gal air receiver rated for 32 cfm @ 200 psi with Auto Stop/Start Constant Speed control mounted and wired motor starter, aircooled aftercooler, low oil shutoff, vibration pads w/ magnetic auto condensate drain (zero air loss and shall not require any electrical power), 73" x 28" x 55", 900 #'s 1" outlet. Filled with Summit DSL-100 8,000 hour / 2-year coolant w/ Mid West MCB73-50W-5-G Combination Filter Regulator ½" NPT rated for 123 CFM max inlet, 250 psi adjustable 10 to 250 psi. Equipped with 25 micron filter element and 0-200 air gauge. Quantity: 1 ea 0003: Saylor Beall 737-12 2 (or equal) Stage Piston Air Compressor with 5 HP 230-460/3/60 motor mounted on a 120 gal air receiver rated for 17 cfm @ 200 psi with auto stop/start controls, magnetic auto condensate drain (zero air loss and shall not require any electrical power), 69" x 24" x 51", 800#'s 1" outlet. Filled with Summit DSL-100 8,000 hour / 2-year coolant with Mid West MCB73-50W-5-G Combination Filter Regulator ½" NPT rated for 123 CFM max inlet, 250 psi adjustable 10 to 250 psi. Equipped with 25 micron filter element and 0-200 air gauge. Quantity: 1 ea 0004: FSCurtis DA-240E (or equal) twin canister style desiccant dryers rated for max 175 psi @ 40 scfm w/ less than 3% purge flow factor. To be equipped with purge control timer to prevent constant purging. Coalescing prefilter with float style auto drain rated for 0.01 micron removal at 99.999% eff. Supplied with 115/1/60 power cord. Quantity: 2 ea 0005: FSCurtis-Toledo SE-20 E-Cool (or equal) Single Stage Rotary Air Compressor w/ on board controller, 20 HP TEFC EPAct Motor complete with mounted & wired NEMA 4 (IP56) on-board controller & starter, aircooled aftercooler, vibration pads, auto drain, safety relief & service valves in a 72 dBa low sound enclosure w/ cleanable inlet screens. Rated for 81 scfm @125 psi 480/3/60 1" outlet, 44.5"x33.5"x54.7", 1250 #'s, filled w/ Premium 8,000 hr / 2-yr coolant. Include a 60 AMP Motor Fused Disconnect Switch properly sized for new compressor. Quantity: 1 ea 0006: Removal & disposal of existing compressors from Building #9361 Snowbarn, Elmendorf AFB, AK. All surplus & scrap items including compressors to be removed from Elmendorf AFB. Quantity: 1 ea 0007: Installation of new compressors (items 0002 & 0003) with new desiccant dryers (Item 0004 - one per compressor) mounted and piped and connected to building air system (to include provision for emergency air inlet) and include field programmable electronic power saver line switches (1" npt). Prior to final commissioning and acceptance by USAF, a written report of onsite laser alignment of the motor and compressor and recording of base line ultrasonic vibration readings will be done. Quantity: 1 ea 0008: Installation of new compressor (item 0005) w/fused disconnect and connect to building air system (to include provision for Emergency Air Inlet) and interconnection with the existing 100 HP Compressor and include field programmable electronic power saver line switch (2" npt). Prior to final commissioning and acceptance by USAF, a written report of onsite laser alignment of the motor and compressor and recording of base line ultrasonic vibration readings will be done. Quantity: 1 ea 0009: On-site operation and maintenance training to be done at both installation locations. Quantity: 1 ea 0010: On-site maintenance and service. First service at time of installation. Second service 90 days after installation. Quantity: 2 ea 0011: Freight to Elmendorf AFB, AK 99506. Quantity: 1 ea NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer, commercial warranty, and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors--Commercial Items (Jun 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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 factors shall be used to evaluate offers: Lowest Price Technically Acceptable. The following provisions and/or clauses apply to this acquisition, are incorporated by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/farsite_alt.html. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 MAR 2009 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements MAR 2009 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-Commercial Items FEB 2009 ALTERNATE I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION) APR 2009 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) JAN 2009 252.225-7000 Buy American Act-Balance of Payments Proggram Certificate JAN 2009 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7023 Alt III Transportation of Supplies by Sea Alternate III MAY 2002 Contractors must be actively registered with the Central Contractor Registration (CCR) http://www.ccr.gov; at Wide Area Work Flow (WAWF) http://wawf.eb.mil; and at Online Representations and Certifications Application (ORCA) http://orca.bpn.gov. Please send any response to brenda.leckrone@elmendorf.af.mil or fax to 907-522-7497 NO LATER THAN 7 Aug 2009, 4:00 PM Alaska Time. Brenda Leckrone, Contracting Officer, telephone 907-552-5337.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-09-T-0010/listing.html)
- Place of Performance
- Address: Elmendorf AFB AK, Anchorage, Alaska, 99506, United States
- Zip Code: 99506
- Record
- SN01881626-W 20090723/090721235443-fddfa33946f1374b155084667a5900d8 (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 |