Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2002 FBO #0179
SOLICITATION NOTICE

66 -- Vacuum Debulking/Curing Table w/Controller

Notice Date
5/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-Q-0507
 
Response Due
6/5/2002
 
Archive Date
6/20/2002
 
Point of Contact
Sarah Drzemala, Contract Specialist, Phone 719-333-3587, Fax 719-333-4747, - Diana Myles-South, Contract Specialist, Phone (719) 333-3979, Fax (719) 333-4404,
 
E-Mail Address
sarah.drzemala@usafa.af.mil, diana.myles-south@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F05611-02-Q-0507, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 334513 and the business size standard is 500 employees. The proposed acquisition is reserved for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Vacuum debulking/curing table with controller. HEATCOM Composite Systems Part Number HCS7500-06-1 (1 each) Table: 23kW (8 watts/sq inch), 240 VAC/3 Phase, 48" x 60" platen size and HEATCOM Composite Systems Part Number HCS9200B (1 each) Dual Zone Composit Repair Sytem/Controller: Eductor vacuum generator, vacuum monitoring, 10 thermocouples (TC's) per zone, 30 amp capability, 30 program memory, cure control methods of hottest TC, coolest TC, average of all TCs, TC#1 or TC#2. Standard accessory package consisting of: 120V configuration with 120V accessories. 6" x 6" heat blanket with plug (2 each), 10" x 10" heat blanket with plug (2 each), 12" x 12" heat blanket with plug (2 each), 15" x 15" heat blanket with plug (2 each), 10 ft. vacuum hose assembly with Thru-Valve check valve connectors (4 each), 10 ft. input power cable assembly (2 each), 10 ft. output power cable assembly (2 each), 10 ft. thermocouple assembly (type "J") (20 each), extra printer ribbon (4 each), extra printer paper (4 rolls). Includes Operation and Maintenance Technical Manual, Interactive Computer-based training CD covering programming and operation. The FOB for this RFQ is Destination. $_________________. Delivery Time: _______________ days. Quotations received with other than FOB Destination pricing will not be considered. This a brand name or "equal" acquisition approved in accordance with 6.302-1(c). For those offerors of an "or equal," include in your offer a descriptive literature such as illustrations, drawings, or a clear reference of information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer provided as an "or equal" will not be technically acceptable. Once an offer has been determined to be acceptable then the "or equal" will be evaluated in equal standing of other offers. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements of this combined in this document. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer (Attachment One). The clause 52.212-3, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b)12, 13, 14, 15, 16, 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. Quotes must be received NLT 4:00 pm Mountain Daylight Savings Time, June 5, 2002, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Sarah Drzemala, 719-333-9103. The POC is Sarah Drzemala at 719-333-3587 or the Contracting Officer, Diana Myles-South, 719-333-8650.
 
Place of Performance
Address: USAF Academy, CO,
Zip Code: 80840
Country: USA
 
Record
SN00084107-W 20020530/020528213340 (fbodaily.com)
 
Source
FedBizOpps.gov 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.