SOLICITATION NOTICE
66 -- Filter Debris Analyzer - FA8216-14-Q-0065 CSS
- Notice Date
- 3/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8216-14-Q-0065
- Archive Date
- 4/10/2014
- Point of Contact
- Ernest Harold Perkins, Phone: 4055281833, Holly Crothers, Phone: 4057341147
- E-Mail Address
-
ernest.perkins.3@us.af.mil, holly.crothers@us.af.mil
(ernest.perkins.3@us.af.mil, holly.crothers@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FA8216-14-Q-0065 Combined Synopsis/Solicitation and Proposal Submission Requirements form COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: FA8216-14-Q-0065 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisitions Circular. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: Filter Debris Analyzer Required Delivery Date (RDD): 14 weeks after date of contract (ADC) NOTE: offers exceeding RDD do not meet the terms and conditions of this solicitation Delivery Information: FOB Destination, Tinker AFB, OK NOTE: offers with FOB Orgin do not meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the item will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: Sole Source- Government intends to award to the sole source vendor, GasTOPS, Inc. All interested parties may submit a bid proposal or quote which will be considered by the agency. NAICS Code: 334519 Size Standard: 500 people Other Pertinent Information: N/A Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items, that all offerors must be registered with: •· System for Award Management (SAM) ( www.sam.gov ) NOTE: Contact the POC on the website for information and guidance regarding these registrations Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror NOTE: You must provide separate documentation showing how your company intends to meet the Technical Acceptability Criteria below in order to be deemed technically acceptable : The instrument shall back-flush the aircraft filter and collect the debris on a filter patch. The instrument shall recycle the fluid used in the back-flush to reduce the environmental impact. The instrument shall classify the particles in the debris as ferrous or non-ferrous. Metal debris size detection (Ferrous): ≥115 micron Metal debris size detection (Non-Ferrous): ≥400 micron Wash cycle time: User configurable Filter Test Capability •- Type Cartridge, disposable or reusable •- Size (maximum) 911 (long) x 511 (diameter) (filter geometry depe dent) Wash Fluid •- Type Solvent: Machine Lubricant •- Quantity: 1.3 US Gal. •- Fluid Cleanliness: 3 micron filtration (disposable filter) Controls/Display •- Debris quantity counter: LCD display •- Counter RESET control: Manual pushbutton •- Wash cycle START control: Manual pushbutton •- Wash cycle STOP control: Automatic (user configurable) and lanual interrupt •- Sample cycle START control: Manual pushbutton •- Sample cycle STOP control: Automatic (user configurable) manual interrupt •- Limit Exceedances: Configurable separate Warning & Alarm set points •- Data Transfer interface: RS 232 serial Debris Capture •- Basket: 80 micron stainless steel mesh (removable & cleanable) •- Patch Maker: Semi-automatic operation - 47mm Dia./ 20 micron mesh filter patch Environmental (Operational) Physical •- Ambient Temperature Range: 50°F to 104°F •- Dimensions: 31" (w) x 15.25" (d) x 42" (h) •- Recommended Operating: Indoor, sheltered •- Weight: 2001bs (approx.) •- Air Quality: Standard shop air Power & Air Supply Requirements •- Electrical Power: 110 to 240 •- VAC: 50/60 Hz@ 500W •- Shop Air Flow: 3cfm, 100 psi maximum FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 FAR 52.225-25, Transactions Relating to Iran FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.225-7001, Buy American Act DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0004) (October 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. FAR 52.225-18: Place of Manufacture (Sep 2006) •(a) Definitions. As used in this clause- •(b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. Contract Line Items (CLINs): CLIN # Item Quantity Unit of Issue 0001 Filter debris analyzer 1 EA Description: Filter debris removal sub system, metal scanning detection sub-system, removable patch collector subsystem, wash fluid recirculating sub system, electrical sub system, mechanical sub system, reusable shipping container. 12 month warranty. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO GasTOPS, INC. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. 0002 Filter adapter kit 1 KT Description: 1 set filter adapters for customer specified filter not to exceed 9" length and 5" diameter. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO GasTOPS, INC. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. 0003 200 patch membrane filter kit 1 KT Description: 200 patch membrane filters, O-rings substitution kit, tygon hose kit, 1 set tweezers, 1 plastic container, 1 vacuum flask, 2 plastic spirit bottles, 101 petri dishes, 1 filter support screen, 5 gallons of Bio-Force wash fluid, and two 5-amp fuses in container. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO GasTOPS, INC. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. 0004 Wash housing extender assembly 1 EA Description: 4" wash housing extender assembly. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO GasTOPS, INC. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. 0005 On-site Installation and training 1 EA Description: On-site Installation and Commissioning training for installation supervision, commission and training on site for 1.5 days. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO GasTOPS, INC. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8216-14-Q-0065/listing.html)
- Record
- SN03309026-W 20140314/140312235208-83fd2a9b2c1fc9b6e625ca88341653dd (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 |