Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2006 FBO #1574
SOLICITATION NOTICE

66 -- Gas Monitors

Notice Date
3/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-PremoeF1Q2AM6040A100
 
Response Due
3/27/2006
 
Archive Date
4/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) to purchase Gas Monitor Devices to provide a measurement of oxygen, and toxic gas levels for confined spaces such as aircraft fuel tank compartment or underfloor areas. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F1Q2AM6040A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-08 and Defense Acquisition Circular 91-13. This solicitation is set-aside for small businesses. The North American Industry Classification System Code (NAICS) is 334513, size standard of 500 employees. The contractor shall provide the following items: CLIN001-P/N:64-23-314N PHD LITE nimh battery and 110v charger, O2, LEL, CO/H2s sensors, manuels, cal adapter and tubing, hand aspirated sample pump, Less One TRADE IN(optional).-8 each CLIN002-P/N:54-26-0101 Continuous sample pump kit.-8 KT CLIN003-P/N:54-43-01001 Controller[tower], 110v power, irda support, P/N:12-039 Demand flow regulator, P/N:105325 58 liter O2, LEL, CO/H2S cal gas blend for monitors listed above [50 ppm propane, 50 ppm CO, 25 ppm H2S], P/N:54-43-1231 Docking station for PhD Lite 8.-1 each Traning/ set up of instruments/ IQ System at Dover AFB with no cost. OR EQUAL ITEMS WILL BE EVALUATED. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote, if applicable. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Contractor shall provide all materials, labor, and transportation necessary to accomplish this work. Offeror must provide warranty information specific to all equipment. FOB point is Dover AFB, Delaware and the required delivery date is 14 APR 2006. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000); FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals are encouraged. AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (JUL 2002). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); it is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Alt I)(Apr 2003); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era , and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (May 1999); 52.233-3, Protest after Award (Aug 1996); 52.244-6, Subcontracts for Commercial Items (May 2002); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Sep 1999); DFARS 252.243-7002, Requests for Equitable Adjustment (May 1998). Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No F1Q2AM6040A100. The POC for this acquisition is Paul Premoe, A1C, (302) 677-4969; Fax (302) 677-5217, E-Mail: paul.premoe@dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: Paul Premoe, A1C, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 27 Mar 2006 11:00AM EST.
 
Place of Performance
Address: Dover AFB DE
Zip Code: 19902
Country: USA
 
Record
SN01008982-W 20060319/060317212428 (fbodaily.com)
 
Source
FedBizOpps 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.