Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

49 -- Electronic Plural Component Paint Proprotioner

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F1MAES41610100
 
Response Due
8/23/2004
 
Archive Date
10/1/2004
 
Point of Contact
Chris Trujillo, System Administrator, Phone 830-298-5886, Fax 830-298-4159, - James Harper, Contracting Officer, Phone 830-298-5175, Fax 830-298-4178,
 
E-Mail Address
chris.trujillo@laughlin.af.mil, james.harper@laughlin.af.mil
 
Small Business Set-Aside
Total Small Business
 
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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F1MAES41610100 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 effective 18 Jun 2004 and Class Deviation 2004-e0001. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 423830 with a small business size standard of 500 employees. CLIN 0001: Quantity 1 Assembly (AY), Electronic plural component proportioner to be used to paint aircraft; continuously mixes base color and catalyst to pre-selected ratio in fluid regulator; proportioner must accurately proportion and dispense plural component materials. System must accommodate four base colors and 3 catalysts with a mix ration of 1:1. Features required: Panel-mounted user interface that must make a set-up of paint recipes quick and easy in a variety of standard or custom formulas and be password protected; fully automatic booth controls that must allow user access to multiple paint recipes with just a push of a button; run screen monitor must allow viewing of important operating information through the booth window; gun flush box must automatically purge up to two paint guns and the system and automatically reload new color; flow control for automatic or manual paint guns must regulate flow out of up to two paint guns to preset amount; alarm systems must be visual by strobe that indicates off-ratio conditions and audio that indicates pot-life warnings. Freight, installation, all required hardware, hoses, cable and electrical work must be included. CLIN 0002: Quantity 1 AY, Electronic plural component proportioner to be used to paint aircraft; continuously mixes primer base and catalyst to pre-selected ratio in fluid regulator; proportioner must accurately proportion and dispense plural component materials. System must accommodate two primer bases and two catalysts with a mix ratio of 3:1. Features required: Panel-mounted user interface that must make set-up quick and easy in a variety of standard or custom formulas and be password protected; fully automatic booth controls that must allow user access to multiple paint recipes with just a push of a button; run screen monitor must allow viewing of important operating information through the booth window; gun flush box must automatically purge up to two paint guns and the system and automatically reload new color; flow control for automatic or manual paint guns must regulate flow out of up to two paint guns to preset amount; alarm systems must be visual by strobe that indicates off-ratio conditions and audio that indicates pot-life warnings. CLIN 0003: Quantity 1 Each (EA), Software for five stations and network PC kit that must connect proportioner networks to PC. Software must allow supervisor access to pre-defined reports: Production Information, Volatile Organic Compound (VOC) Emissions and Hazardous Air Pollutant (HAP) Usage, Alarm and Event Histories and Graphs that automatically scheduled printing. CLIN 0004: Quantity 1 Each (EA), Training on plural proportioner for up to 30 people and training on software for up to five people on site at Laughlin AFB, TX. Desired delivery on or before 1 Oct 04. Please provide FOB Destination pricing. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR clause 52.212-1, Instructions to Offerors-Commercial. It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 47 CONS/LGCA, ATTN: TSgt Christopher H. Trujillo, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843 at or before 1630 (4:30 PM) CST, 23 Aug 04. Submit dated quotations on company letterhead or quote form. Quotations may also be faxed to (830) 298-4178. Offerors submitting offers must also include descriptive literature that will demonstrate functional and product equivalency. The Government will award to the lowest priced technically acceptable quotation, conforming to the requirements of this combined synopsis/solicitation. A site visit will be held on 11 Aug 04 @ 1:00 P.M. Central Standard Time (CST). Assembly will be at 47 CONS, Bldg 7, 171 Alabama Laughlin AFB, TX. Prospective offerors who intend to attend site visit are required to submit names of those attending in writing by E-mail, FAX or mail to POCs listed below by 10 Aug 04 @ 4:00 P.M. CST. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Each Offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items with the quotation, 252.212-7000 Offeror Representations and Certifications-Commercial Items, The Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The Clause 52.212-5 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - - Commercial Items apply to this acquisition and is incorporated by reference. The following FAR clauses are also incorporated by reference: 52.202-1 Definitions, 52.203-6 Alt I Restrictions on Subcontractor Sales to Government (Oct 1995), 52.203-11 Certification And Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.203-12 Limitation On Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycle Paper, 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.214-34 Submission of Offerors In the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Small Business Subcontracting Plan, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.223-5 Pollution Prevention and Right-to Know Information, 52.225-13 Restriction on Certain foreign Purchases, 52.229-3 Federal, State and Local Taxes, 52.232-23 Assignment of Claims, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.242-13 Bankruptcy, 52.243-1 Changes ? Fixed Price, 52.246-16 Responsibility For Supplies, 52.247-34 F.O.B. Destination, 52.252-2 Clauses incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, and 52.253-1 Computer Generated Forms. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: under paragraph (b) the following clauses are incorporated: 52.203-3 Gratuities, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payments Program, 25.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for equitable adjustment, 252.225-7020 Trade Agreements Certificate, 252.225-7021 Trade Agreements, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are also incorporated by reference: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A Required Central Contractor Registration Alternate A, 252.209-7001 Disclosure of Ownership or Control by the Government of Terrorist Country, 252.209-7004 Subcontracting with Firms That Are Owned or Controlled y the Government of Terrorist Country, 252.211-7003 Item Identification and Valuation, 252.225-7031 Secondary Arab Boycott of Israel, 252.243-7001 Pricing of Contract Modifications. The following clauses are incorporated and amended as follows: 52.233-2 Service of Protest is amended in paragraph (a) to include ?47th Contracting Squadron 171 Alabama Ave, Laughlin AFB TX 78843-5102?, 52.251-1 Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. 52.252-5 Authorized Deviations in Provisions is amended in paragraph (a) to add ?Department of Defense Federal Acquisition Regulation?, 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation?. Invoicing and payments must be made utilizing the Wide Area WorkFlow-Reciept and Acceptance program https://wawf.eb.mil. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. No telephonic responses will be processed. Please send any questions or quotes to 47 CONS/LGCA, ATTN: TSgt Christopher H. Trujillo, 171 Alabama Ave Bldg 7, and Laughlin AFB, TX 78843. You may also call POC at (830) 298-4862, send a fax to (830) 298-4178, or e-mail chris.trujillo@laughlin.af.mil. Alternate POC is Mr. James Harper and can be contacted at (830) 298-5175, or e-mail to james.harper@laughlin.af.mil.
 
Place of Performance
Address: Laughlin AFB, TX
Zip Code: 78843-5102
Country: USA
 
Record
SN00634833-W 20040804/040802211959 (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.