Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

54 -- Raised Floor Pressurized Down Draft Paint Booth

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-05-T-0014
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS CURRENTLY AN UNFUNDED REQUIREMENT AND MAY OR MAY NOT BE FUNDED. OFFERORS MUST MAKE QUOTES GOOD THROUGH 30 SEP 05. This is a combined synopsis/solicitation for commercial servicess 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. FA4621-05-T-0014 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-05. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 333912. Size standard is 500 employees. If you are interested in attending a site visit to be held 08/15/05 at 10:00 a.m. please contact Brad Willis not later than 3:30 p.m. on 08/11/05. McConnell AFB KS plans to acquire the following items: One (1) each Raised Floor Pressurized Down Draft Solid Back Paint Booth, Dimensions: 8 feet wide x 10 feet high x 14 feet deep working depth. Overall dimensions are 10 feet, 4 inches x 13 feet, 0 inches x 14 feet, 4 inches overall depth respectively. Booth will be 18 gauge galvanized steel and will include heavy-duty exhaust units (12,800 total CFM @ 1.5 inches static pressure?must be AMCA tested per 210 standards) and pre-wired control panel. Other salient characteristics include: 17 inch raised floor section; 6 ea 48 inch 4-tube enclosed and gasketed Class 1 Div 2 Vapor Tight fluorescent light fixtures; 1 hour fire rating for walls and doors; sprinkler/fire suppression system compatable with existing system; must be sealed unit; unit must be grounded/bonded; unit must be installed so that it is vented to the outside; unit must have outdoor safety switch (disconnect) and motor starters (all UL listed components); booth must conform with all OSHA, NFPA, and military regulations for paint booth and aircraft hangars. N Loc Innovations Model Number NLDE 8 10 14 RF-PDD-SB or equal. One (1) each Installation of booth. For additional specifications please contact Brad Willis via e-mail at brad.willis@mcconnell.af.mil. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) 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, price and other factors considered. 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. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), 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. FAR Clause 52.232-18, Availability of Funds, applies to this solicitation. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 p.m. Central Standard Time on 26 August 2005. Offers can be faxed to Brad Willis at 316-759-1411 or e-mailed to brad.willis@mcconnell.af.mil.
 
Place of Performance
Address: McConnell AFB, KS
Zip Code: 67221
 
Record
SN00865272-W 20050810/050808212951 (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.