SOLICITATION NOTICE
29 -- Air Compressors for Jet Engines
- Notice Date
- 8/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N65886-02-P-0004
- Response Due
- 8/29/2002
- Archive Date
- 9/13/2002
- Point of Contact
- Richard Paquette, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991, - Jennifer Reeder, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991,
- E-Mail Address
-
paquettera@navair.navy.mil, reederjl2@navair.navy.mil
- Description
- 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 contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N65886-02-P-0004 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is not a set aside for small business. The applicable NAICS is 421830 and the small business size standard is 500 employees. The Government intends to solicit and negotiate on a sole source basis with Air Centers of Florida Inc., a subsidiary of Ingersoll-Rand Corporation. Air Centers of Florida Inc. is the sole qualified supplier of this equipment at the present time. This notice of intent is not a request for competitive proposals. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Daylight Savings Time, 29 August 2002, will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to the provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon responses received. The Government will not pay for any information received. The contract line item numbers and items are: CLIN 0001 three (3) Compressors: 202 ACFM @ 350 PSIG with Oil Coolers and Starters, 460V/3-Phase/60Hz; CLIN 0002 Air Filtering Equipment to Provide Compressed Air with Less Than 0.01 PPM Solid Particles and Less Than 0.001 PPM Oil Aerosol; CLIN 0003 three (3) Refrigerated Air Dryers; CLIN 0004 New Electrical Control Boxes and Power Supply Cables to Compressor Control Panels and Compressors; CLIN 0005 one (1) Closed-Loop Cooling Tower with Surge Tank and Dual Pumps with Controller: 750,000 BTUH; CLIN 0006 one (1) 10,000 Air Storage Tank; CLIN 0007 Compressor Control System, Must Be Capable of Controlling Compressors in the 190-350 PSIG Range; CLIN 0008 System Start Up and One Day of On-Site O&M Training for 5 Naval Aviation Depot Maintenance Personnel; CLIN 0009 three (3) Sets of Operations and Maintenance (O&M) Manuals. The contractor shall deliver to: UIC N65886 Naval Aviation Depot Building 1449 Naval Air Station, Jacksonville, FL 32212-0016. Mark for: Ray Leone, (904) 542-5990 X164. Inspection shall be made at origin and acceptance at destination, FOB origin. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Governments rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 Instructions to Offerors? Commercial Items (Oct 2000) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to Air Centers of Florida Inc. Therefore, the provision 52.212-2 Evaluation & Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate in accordance with FAR Part 12, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of the current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items (May 2001) with its proposal. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (May 2001) is incorporated by reference and applies to this acquisition. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2001) is incorporated, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52.247-64, Preference for Privately Owned U.S. Flag Vessels. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000) is incorporated, however, for paragraph (a) only the following clauses apply 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), the DFARS clause 252.204-7004 Required Central Contractor Registration (Mar 2000) is incorporated by reference. Offers are due to Naval Air Depot Jacksonville Contracts Management Office (Code 6.1.7) Naval Air Station, Jacksonville, FL 32212-0016 ATTN: LT Richard Paquette SC, USN by 2:30 pm Eastern Daylight Savings Time, 29 August 2002. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact LT Richard Paquette SC, USN via phone (904) 317-1989, fax (904) 317-1991, or e-mail paquettera@navair.navy.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N00421/N65886-02-P-0004/listing.html)
- Place of Performance
- Address: Naval Aviation Depot Jacksonville Bldg 1449 Naval Air Station Jacksonville, FL
- Zip Code: 32212-0016
- Country: USA
- Zip Code: 32212-0016
- Record
- SN00146379-F 20020822/020821014327 (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 |