SOLICITATION NOTICE
66 -- 1 Liter Pressure Reactor
- Notice Date
- 5/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- F1SBAA6116BG01
- Response Due
- 6/8/2006
- Archive Date
- 6/23/2006
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA intends to award a Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. This acquisition is a 100% small business set aside. The NAICS code is 332313. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The Air Force Flight Test Center (AFFTC), Edwards Air Force Research Laboratory requests a proposal for one (1) One Liter Pressure Reactor The specifications of this desired acquisition are as follows: ****CLIN 0001 1 Liter Pressure Reactor ? Must have 1 liter capacity ? Head, cylinder, and internal wetted parts must be of 316SS ? External fittings must be of 316 stainless steel ? Must have a magnetic drive stirring system with 16 in/lbs of torque ? The vessel must be removable from the main assembly with a bench top mounting system ? Must have an upper pressure limit of 1900 PSI at 350 ?C ? Head must contain o Gas inlet/liquid sampling port with valves and dip tube o Pressure gage, 0-2000 psi o Safety rupture disc, 2000 psi usable to 1400 psi o Gas release valve o Thermowell with Type-J thermocouple (removable) o Stirring shaft with dual turbine impellers o Serpentine cooling coil (removable) ? Stirring system must possess a variable speed 1/8 hp motor ? System must possess an external Electric heater, 115 V ? System must possess an external controller 115 V that possesses o PID, temperature programmability with ramp and soak o Solenoid valve module for controlling cooling water o Manual stirring speed adjustment knob, 0-600 rpm with digital tachometer display o Digital pressure display with transducer, 0-2000 psi o Secondary temperature display with high temperature cut off, with redundant thermocouple ? Reactor must accommodate a removable glass or Teflon liner with an open top ? Reactor must possess 3 glass liners with open tops Reactor must possess 1Teflon liner with open top ? Reactor must possess a spare parts kit that contains additional seals and gaskets ****CLIN 0002 SHIPPING AND HANDLING The contractor shall provide shipping of the unit to the AFFTC Air Force Research Lab, Edwards AFB, CA. ----- Please formulate your proposal to the specified CLIN structure above. Contractors interested in this requirement should submit a complete technical package and quote, which provides clear and convincing evidence that they can meet the Government?s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and DFARs Change Notice (DCN) 20060512. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 332313. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listed by CLINs in the description above. Delivery will be to Air Force Research Lab, Edwards AFB, CA. The following government provisions and clauses apply and can be found at http://farsite.hill.af.mil/farsite.html: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.225-1, Buy American Act ? Supplies; FAR clause 52.225-2 Buy Ameican Act Certificate; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN - http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name or equal; 52.215-08, Order of Precedence ? Uniform Contract Format; 52.243-01 Changes ? Fixed Price; 52.249-01, Termination for Convenience of the Government; 52.232-25, Prompt Payment; 52.252-06, Authorized Deviations in Clauses. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. The following DFARs clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications. Additional information: Contractual point of contact is: Ashleigh Baird, 661-277-3282, FAX 661-275-9678. Send all offers by close of business (4 p.m. PST) 8-June-2006. Faxed transmissions of quotes are acceptable. Email all inquires to ashleigh.baird@edwards.af.mil.
- Place of Performance
- Address: Edwards AFRL, Edwards Air Force Base
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN01056300-W 20060526/060524220650 (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 |