Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
SOLICITATION NOTICE

J -- Repair Heat Exchangers/Diesel Fuel Booster Coolers - Statement of Work

Notice Date
8/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT824170AQ01
 
Archive Date
9/12/2014
 
Point of Contact
Trevia M. Smith, Phone: 8502838630, Carl A. Richardson, Phone: 850 283-9147
 
E-Mail Address
trevia.smith@us.af.mil, carl.richardson.4@us.af.mil
(trevia.smith@us.af.mil, carl.richardson.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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; quotations are being requested and a written solicitation will not be issued. The solicitation reference number F4AT824170AQ01 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This acquisition is 100% set aside for small businesses under North American Industry Classification System (NAICS) code 811118. The small business size standard is $7.5 Million. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. The contractor shall supply all labor, tools, parts, materials, facilities, and transportation necessary to tear down, inspect, quote, and repair items listed under CLIN 0001, CLIN 0002, and CLIN 0003 below. This RFQ consists of the following Contract Line Item Numbers (CLIN): (See attached specifications). CLIN 0001: Quantity 3 each, Refurbish SENDUR double stack heat exchanger (M/N 9178). Replace inner tube bundles with 90/10 CUNI. Inspect 2 ea. ½" and 2 ea. ¾' pencil zinc end fitting for damage and thread wear. Any fitting replacement shall be supported by doubler plating on exterior surface of exchanger. Renew all inlet and outlet copper elbows with new units. Pressure test to industry standards and leave ready for extended service. Provide a minimum of six month warranty for all refurbished units. Provide shipment to 82d ATRS Watercraft Operations, 6820 Tyndall Parkway, Tyndall AFB, FL 32404 CLIN 0002: Quantity 3 each, Refurbish fuel booster coolers (Detroit Diesel P/N 23512374). Renew inner tube bundle with 90/10 CUNI tube bundle. Inspect inlet/outlet fresh water and fuel fittings for damage and thread wear. Any fitting requiring replacement shall be supported by doubler plating the exterior surface of cooler housing. Pressure test to industry standards and leave ready for extended service. Provide a minimum of six month warranty for all refurbished units. Provide shipment to 82d ATRS Watercraft Operations, 6820 Tyndall Parkway, Tyndall AFB, FL 32404 EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price Technical Capability: Offeror must meet all of the requirements in the attached statement of work. Lowest price technically acceptable evaluation methods will be used when evaluating offers. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.204-13 - System for Award Management Maintenance FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.212-3 - Offeror Representations & Certifications - Commercial Items FAR 52.219-1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation 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 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246.16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.247-55 - F.O.B. Point for Delivery of Gov't-Furnished Property FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 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 Alt A - System for Award Management DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b6b4699f1d5a47e37b41a8c2247e7c2d)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32404, United States
Zip Code: 32404
 
Record
SN03461644-W 20140814/140813022204-b6b4699f1d5a47e37b41a8c2247e7c2d (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.