SOLICITATION NOTICE
66 -- Laboratory Chilled Water Recirculator
- Notice Date
- 6/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBBL0110A004-CSS
- Archive Date
- 7/29/2010
- Point of Contact
- Laura A. Burnette, Phone: 937-522-4581
- E-Mail Address
-
laura.burnette@wpafb.af.mil
(laura.burnette@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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 United States Air Force, 88th Air Base Wing, Wright-Patterson Air Force Base, Ohio requires a water-cooled closed loop fluid-to-fluid recirculator for microelectronic fabrication processes performed in the AFRL/RY clean room. The solicitation number for this requirement is F4FBBL0110A004 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, 16 June 2010. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 333319. Size standard is 500 employees. This RFQ has one Contract Line Item: CLIN 0001: Laboratory Chilled Water Recirculator (Qty. 1). Contractors shall provide quotes for this item in accordance with the requirements listed below: Requirements 1. The water-cooled heat exchanger must have a cooling capacity of 64 kW at a 5°C delta between house chilled water and the process loop. 2. The unit uses facility water of 22 GPM at 40 psi and 49°F or cooler. 3. A recirculating pump must provide 40 GPM at up to 100 psi. 4. A 5 gallon seamless stainless steel reservoir capacity is required. 5. Circulating pressure must be externally adjusted between 0 and 200 psi. 6. Temperature control must be 5° to 35°C via PID controller with a +/- 0.5° temperature stability. 7. Circulating fluid is water/glycol. 8. A touch screen control is required with the following indicators: low level, low flow, temperature alarm, cooling on LED, temperature, pressure and flow. 9. A backup heat exchanger is required inside the main heat exchanger. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone; 2) Point of contact's name, phone, and email; 3) Quotation number & date; 4) Item price 5) Total price; 6) Shipping; 7) Applicable discounts; 8) Payment terms; 9) Timeframe that the quote is valid; 9) Delivery Schedule; and 10) Warranty Information (if applicable). Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price technically acceptable will be awarded the order. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is technical and price] FAR 52.212-3, Representations and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference [the fill in portion of this clause is: http://farsite.hill.af.mil] The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: - FAR 52.219-28, Post Award Small Business Program Representation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies - FAR 52.222-21 Prohibition of Segregated Facilities - FAR 52.222-26 Equal Opportunity - FAR 52.222-36 Affirmative Action for Workers with Disabilities - FAR 52.225-1, Buy American Act--Supplies - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.252-2, Clauses Incorporated by Reference [the fill in portion of this clause is: http://farsite.hill.af.mil] DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payments Program - DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7005, Identification of Expenditures in the United States DFARS 252.232-7010, Levies on Contract Payments DFARS 252.246-7000, Material Inspection and Receiving Report AFFARS 5352.201-9101, Ombudsman 88 CONS G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 4:00 PM, Eastern Standard Time on 14-July-2010. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to laura.burnette@wpafb.af.mil or send requested information to: 88 CONS/PKAB Attn: Laura Burnette 1940 Allbrook Drive, Suite3 WPAFB, OH 45433 Any questions should be directed to Laura Burnette at (937)522-4581 or laura.burnette@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBL0110A004-CSS/listing.html)
- Place of Performance
- Address: Wright-Patterson Air Force Base, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02190093-W 20100630/100628235119-a8f5f3705fff31721c6defd8bc6d77c3 (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 |