Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

43 -- High Pressure Air and Purification System - Statement of Work

Notice Date
4/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 184 ARW/MSC, 52955 JAYHAWK DRIVE, SUITE 153, McCONNELL AFB, Kansas, 67221-9013, United States
 
ZIP Code
67221-9013
 
Solicitation Number
F7V2MU2109A001
 
Archive Date
5/22/2012
 
Point of Contact
NEIL A WALLER, Phone: 3167597589, Darin L Brun, Phone: 3167597591
 
E-Mail Address
neil.waller@ang.af.mil, darin.brun@ang.af.mil
(neil.waller@ang.af.mil, darin.brun@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
184th SOW of requirement 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. Quotations are being requested and a written solicitation will not be issued. This solicitation, F7V2MU2109A001, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and through Department of Defense Acquisition Regulation Change Notice 20120330. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is a 100% small business set-aside in accordance with FAR 19.502-2. The NAICS code is 333912 and the small business size standard for this NAICS Code is 500 employees. The 184 IW Kansas Air National Guard (KSANG) has a requirement to obtain the following item. CLIN 0001: High pressure air purification system must be able to provide; Dry Air at 1500-3500 psig with 30 CFM minimum flow at 1100 psig at -32 dew point and be oil free. CLIN 0002: Air storage receiver system rated for working pressure of 4500 PSI with minimum capacity of 1750 cuft of stored air. SYSTEM Requirements of CLIN 0001 & CLIN 0002: - System shall include as necessary; cylinder valves, check valves, interconnecting SS tube connecting the cylinders to one another and an integrated Hose Reel with Regulation Panel. The Hose Reel will be equipped with 75 feet of 6000 PSI rated hose and include an isolation valve, bleed valve and high pressure quick connects (both sides -male and female). The regulation panel will include an inlet pressure gauge, an adjustable Regulator, safety relief valve set at 3800 PSI. - System shall be supplied in an insulated cabinet enclosure and with a hard rubber floor mat material under the system for sound attenuation. The enclosure shall incorporate lift-off panels to permit access to the internal components for inspection and maintenance. The design of the enclosure shall permit unrestricted cooling air flow to the compressor and prime mover, and provide access for operation, inspection and maintenance. - System shall be designed for "Against-The Wall" installation and shall not require a special foundation. - System shall be designed for continuous duty operation indoors with room temperatures ranging between 40°F and 115°F. - System power requirements shall be 208 volts 3 Phase with no more than 80 amp draw. FOB-Destination for delivery to: 52850 Jayhawk Dr. McConnell AFB, KS 67221-9014. Delivery NLT 60 day ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The Government requires that all contractors doing business with this agency must be registered in the Central Contractors Registration (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.bpn.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. The following clauses are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (lowest price technically acceptable (LPTA)); FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/). 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; 52.222-99 DEV, Notification of Employee Rights Under the National Labor Relations Act (DEVIATION); 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; 52.222-36, Affirmative Action's for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.211-700, Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; DFARS 252.211-7003 Item Identification and Valuation All quotes/responses should be received no later than 4:00 P.M., Central Time, 7 May 2012. All questions and inquiries must be submitted in writing by fax (316) 759-7588 or email (neil.waller@ang.af.mil ); no phone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/F7V2MU2109A001/listing.html)
 
Place of Performance
Address: 184TH KANSAS AIR NATIONAL GUARD, 52850 Jayhawk Dr., McConnell AFB, Kansas, 672219014, United States
Zip Code: 19014
 
Record
SN02726756-W 20120421/120420000519-3a4e2e036c4b2ddfa802941e5d525f03 (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.