Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
SOLICITATION NOTICE

54 -- 2,500 Gallon Hydrocarbon Catch Tank - Statement of Work - DFARS Class Deviation

Notice Date
9/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300-14-M-5021
 
Archive Date
9/26/2014
 
Point of Contact
Rosann D. Knarreborg, Phone: (661) 277-9522, Aimee L. Helm, Phone: (661) 277-2101
 
E-Mail Address
rosann.knarreborg.1@us.af.mil, aimee.helm@us.af.mil
(rosann.knarreborg.1@us.af.mil, aimee.helm@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS Class Deviation Statement of Work Sketch 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 for this requirement. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and DFARS Publication Notice (DPN) 20140828. The Government intends to award a contract resulting from this solicitation to the business 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: (i) technical capability to meet requirements as outlined in the attached Statement of Work (SOW) to meet the Government requirement, and (ii) price. Federal Supply Code (FSC) is 5430 - Storage Tanks. North American Industry Classification Systems (NAICS) code is 332420 - Metal Tank (Heavy Gauge) Manufacturing with a small business size standard of 500 employees. The Air Force Test Center Specialized Contracting Division (AFTC/PZR) at Edwards Air Force Base is requesting quotes for the Air Force Research Laboratory, Engines Branch (AFRL/RQRE), and intends to award a Firm Fixed Price purchase order for the fabrication and delivery of a 2,500 Gallon Hydrocarbon Catch Tank as outlined within the attached SOW. Contract Number: FA9300-14-M-5021 Contract Type: Firm Fixed Price The United States Air Force Research Laboratory (AFRL), Edwards Air Force Base, California, requires the design, fabrication, testing, inspection, and delivery of a new 2,500 gallon tank for collection of hydrocarbon fuels. The Contractor is responsible for providing a complete tank as described within the Statement of Work (SOW). The Contractor shall perform their own calculations and design to determine the exact configuration of the tank using the general arrangement and configuration sketch provided within the SOW. The Contractor shall provide all labor, supervision, subcontracts, materials, equipment, tools, vehicles, facilities, utilities, consumables and any other required resources to design, perform material procurement, fabrication, testing, inspection, cleaning and delivery of the tank. The tank shall be delivered to the AFRL, Area 1-120, Test Stand 2A. Schedule - All Durations are After Receipt of Order (ARO)* Initial General Arrangement Drawing (1) 1 Week Shop Fabrication Drawings (2) 2 Weeks Complete Shop Fabrication 7 Weeks Ship Tank to AFRL 8 Weeks Submit Final UL 142 Data Report and As-Built Drawings 9 Weeks (1) The Government Program Manager shall review and either approve or make comments within 5 working days. (2) The Government Program Manager shall review and either approve or make comments within 10 working days. No fabrication may proceed until the Government Program Manager has approved the shop fabrication drawings. * If the Contractor determines the above schedule cannot be met, they shall submit an alternate schedule with an explanation as to why the requested schedule is not attainable. Special Requirements: The tank shall be designed to operate at ambient pressure and a temperature range of -20 degrees F to 150 degrees F. The volume of the inner tank shall be approximately 2,500 gallons. All materials used in the fabrication of the tank shall comply with ASTM A167-91 or ASTM A240-91a. All bolting shall be ASTM A193 GR B8 and nuts shall be ASTM A194 GR 8. Gaskets shall conform with ANSI B16.21. All welding to be performed in accordance with ASME Boiler and Pressure Vessel Code (BP&V) Section VIII, Division 1 & Section IX. All inspection and testing of the tank shall be performed in accordance with UL 142. A tightness test of the Primary (inner) Tank shall be performed either hydrostatically or with air pressure at not less than a gauge pressure of 3 psig and not more than a gauge pressure of 5 psig. The pressure shall be held for 1 hour without evidence of leaks. A tightness test of the Secondary (outer) Tank shall be performed either hydrostatically, with air pressure at not less than a gauge pressure of 1.5 psig and not more than a gauge pressure of 2.5 psig, or by vacuum at 5.3 in Hg. The pressure or vacuum shall be held for 1 hour without evidence of leaks. Reference SOW for complete list of requirements. The table below lists all of the main technical/task requirements of the RFQ SOW. Request that you identify the percentage of the task that your business can accomplish and include supporting information which demonstrates your capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the SOW, but rather, it shall provide details regarding your company's capabilities to execute these tasks. Past performance information that is related to the tasks in the SOW is requested if available. Statement of Work Task % of Task Your Business can Perform Comments/Exceptions 2. Scope of Work 3. Technical Requirements 3.1 General Requirements 3.2 Overall Configuration 3.3 Nozzles 3.3.1 Primary Tank Emergency Vent (Nozzle ID #1) 3.3.2 Fill (Nozzle ID #2) 3.3.3 Spare (Nozzle ID #3) 3.3.4 Level Gauge (Nozzle ID #4) 3.3.5 Overfill (Nozzle ID #5) 3.3.6 Pump Out (Nozzle ID #5) 3.3.7 Primary Tank Vent (Nozzle ID #7) 3.3.8 Secondary Tank Emergency Vent (Nozzle ID #8) 3.3.9 Interstitial Monitor (Nozzle ID #9) 3.3.10 Secondary Tank Low Point Drain (Nozzle ID #10) 3.4 Tank Support 3.5 Lifting & Handling the Tank 3.6 Secondary Containment 4. Welding 5. Inspection and Examination 6. Testing 7. Cleaning 8. Shipment to AFRL 9. Drawings & Calculations 10. Nameplate 11. Deliverables 12. Schedule 13. Safety 14. Quality Control 15. Other The Government is requesting that interested businesses who believe they can meet all the requirements for the items described in this combined synopsis/solicitation are invited to submit in writing a complete quote including FOB destination, (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. Offerors should also respond with the following: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) Telephone Number; 6) E-mail address, and 7) Quote should be supplemented with documentation demonstrating ability to fabricate and deliver the 2,500 Gallon Hydrocarbon Catch Tank as outlined within this combined synopsis/solicitation. Offers are due to AFTC/PZR, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 or via e-mail. Offerors shall submit quotes electronically in.pdf, Microsoft Word or Excel format. All copies are to be received by 1:00 p.m. PST on 25 September 2014 to the following: Rosann D. Knarreborg Contract Specialist Phone: (661) 277-9522 Email: rosann.knarreborg.1@us.af.mil * Offerors are required to complete and attach with quote DFARS CLAUSE 252.209-7993, (attached). Representation by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-O0009) (February 2014). * Offerors must comply with FAR 52.204-7 System for Aware Management (SAM) and DFARS 252.204-7004 Alternate A, SAM. To register with SAM, go to https://www.sam.gov. Representations and certification must be completed within SAM. Interested offerors can access clauses by internet at http://farsite.hill.af.mil. The following FAR, DFAR, and AFFAR clauses and provisions apply: Provision 52.204-7, System for Award Management Provision 52.212-1, Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offerors Representation and Certifications - Commercial; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items Clause 52.219-06, Notice of Total Small Business Set-Aside Clause 52.219-28, Post-Award Small Business Program Representation Clause 52.222-50, Combating Trafficking in Persons Clause 52.223-11, Ozone-Depleting Substances Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving Clause 52.225-13, Restrictions on Certain Foreign Purchases Clause 52.232-33, Payment by Electronic Funds Transfer--System for Award Management Clause 52.233-1 Disputes Clause 52.233-3, Protest after Award Clause 52.223-4, Applicable Law for Breach of Contract Claim Clause 52.247-34, F.O.B. Destination Provision 52.252-1, Solicitation Provisions Incorporated by Reference Clause 52.252-2, Clauses Incorporated by Reference Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.203-7005, Representation Relating to Compensation of Former DOD Officials Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A, System for Award Management Clause 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2014-O0009) (February 2014) Clause 252.225-7048, Export-Controlled Items Clause 252.232-7010, Levies on Contract Payments Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.243-7001, Pricing of Contract Modifications Clause 252.247-7023, Transportation of Supplies by Sea Clause 5352.201-9101, Ombudsman Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-14-M-5021/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Area 1-120, Test Stand 2A, Edwards AFB, California, 93560, United States
Zip Code: 93560
 
Record
SN03511469-W 20140917/140915235736-9c731541a59ff90600d0f3b84422f8c2 (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.