Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

54 -- Corrosion Sanding Booth

Notice Date
9/8/2020 4:35:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
W7N4 USPFO ACTIVITY VTANG 158 SOUTH BURLINGTON VT 05403-5867 USA
 
ZIP Code
05403-5867
 
Solicitation Number
W50S9C20R0004
 
Response Due
9/12/2020 1:30:00 PM
 
Archive Date
09/27/2020
 
Point of Contact
Kristen Lucey, Phone: 802-660-5443, James Yoshikawa, Phone: 802-660-5423
 
E-Mail Address
kristen.lucey.2@us.af.mil, james.yoshikawa@us.af.mil
(kristen.lucey.2@us.af.mil, james.yoshikawa@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.�Solicitation W50S9C20R0004 is issued as a request for quotation (RFQ).� This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-07.� This acquisition is 100% set-aside for Small Business concerns and the applicable NAICS code is 332311 and small business size standard is 500 employees. The government requires the contractor to furnish the following item(s) for delivery to South Burling, Vermont 05403.� FOB destination. CLIN 0001 � QTY: 1 � U/I: EA 3-Wall Sanding Booth for the Corrosion Shop at Vermont Air National Guard. Minimum requirements include:� - Exhaust- Cartridge collector module mounted in back wall of booth - Airflow Style: Cross draft - Inside Working Dimensions: Not less than 12�-0"" W x 8�-0"" H x 6'-0"" D - Overall Outside Dimensions: Not more than 12�-4"" W x 8�-10"" H x 10'-2"" D - Collector modules: DCMG-04 & 07-SG 1-5 HP and 1-7.5 HP motors with spark arrestor doors including a direct-drive plug exhaust fan; Cartridge filters with HEPA filtration. -Panel Material: Sides must be made of 18-gauge galvanized steel panels to customize size for layout -Large storage drawers for waste collection designed for easy access and maintenance. -Panel Finish: White Pre-Coated, Single-Skin Wall Panels - (1) NEMA 12 rated enclosure including a main breaker disconnect, magnetic motor starter, motor fuse protection, lighting contactor, lighting fuse protection, terminal strips for field wiring and system operating lights. - Booth Style: Open-faced- 3 wall unit - HEPA filtration - Magnehelic Gauges for HEPA filter -Power requirements: 480v 3 phase -Must comply with all federal, OSHA and NFPA regulations for sanding/grinding booths - Delivery and Installation to South Burlington, VT 05403 included The following FAR and DFARS provisions and clauses apply to this acquisition. The full text versions may be accessed electronically at http://acquisition.gov� FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, �FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors - Commercial Items; 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-Commercial Items, along with the following clauses in paragraph (b) will apply: FAR 52.219-6 �FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33, FAR 52.232-39, FAR 52.232-40, FAR 52.233-3, 52.233-4; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 Safeguarding of Unclassified Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors,� DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quotes are due no later than 12 September, 2020, 4:30 p.m. Eastern Standard Time. All offers received prior to closing date and time shall be considered. The point of contact is TSgt Kristen Lucey 802-660-5443. Quote must include company's CAGE CODE as proof of active registration with the System for Award Management http://www.sam.gov/. �In addition to the above listed items, each offeror must provide all required NON-PRICING responses (e.g. payment discount terms, delivery terms, etc.).� Quotes shall be emailed to kristen.lucey.2@us.af.mil, no other method of quote submission is acceptable. 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, based on price and processing time. ***Questions regarding this solicitation should be submitted to kristen.lucey.2@us.af.mil NLT 31 August 2020 4:30pm EST***� The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. In the event the Governments decides to hold a site visit or should any interested party deem it necessary to visit the installation for specification/technical/manufacturing reasons relating to the requirement, the contractor must provide the Contracting Office notice and are responsible for making their own arrangements for any travel/lodging/substance expenses. The Government will not provide funding or reimburse for any costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/785f7e6752a145cd98b0438ac83820fb/view)
 
Place of Performance
Address: South Burlington, VT 05403, USA
Zip Code: 05403
Country: USA
 
Record
SN05789985-F 20200910/200908230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.