Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOLICITATION NOTICE

16 -- Engine Component Cleaning System

Notice Date
6/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-06-Q-0322
 
Response Due
7/5/2006
 
Archive Date
7/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation FA4877-06-Q-0332 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09, effective 19 May 2006. (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 333912 and the small business size standard 500 Employees. (v) Davis-Monthan Air Force Base is seeking potential sources for a MULTI-STAGE ENGINE COMPONENTS CLEANING SYSTEM. This unitized system will include ultrasonic cleaning or multiple stage rinsing or immersion system, or high-pressure cleaning, and drying using recirculated hot air. The system will utilize environmentally safe and biodegradable detergent in an aqueous solution onto soiled parts. The solution should be capable of being able to be discharged into the local sewer system if it meets the discharge limitations. The system must be entirely closed-loop, with no water discharge. The detergents used should contain de-foamers and rust inhibitors to prevent flash rusting. The cleaning system will utilize high temperature and water pressure to remove the contaminants (dirt, grime, oil, grease, and fluorescent penetrants) from the parts, parts basket or rack and bag filter. The system should have a reservoir for the cleaning solution. These parts washers will be used to clean aircraft parts and MUST ACCOMODATE the largest item measuring 63?L x 12?H x 12?D and the smallest item measuring at 50?H x 40?W. All wetted parts and plumbing of the cleaning system shall be constructed of materials that will prevent internal corrosion. The system will have safety features, such as low voltage controls for operator safety and clear indicators that ensures that the cleaning system is operating correctly. The entire cleaning system shall be easy to install. It shall employ a self-contained venting system not requiring building mods (such as cutting holes into the ceiling, etc). The system shall provide clear identification plates on the unit to explain operation and provide a training manual. All work shall be in conformance with the requirements of the contract including furnishing all materials, labor, plant, tools, equipment, transportation, supervision, management and other services (including engineering/technical design support), items and incidentals necessary thereto. (vi) The provision at 52.212-1, Instructions to Offerors ? Commercial and 52.212-2, Evaluation -- Commercial Items applies. (vii) 52.237-1, Site Visit applies. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. THERE WILL BE A SITE VISIT PERFORMED ON, 27 JUNE 2006, 0900 hours. Interested parties should contact SSgt Katherine King, 520-228-3873. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibile Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications. (x) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 52.203-3, Gratuities; 252-225-7001, Buy American Act and Balance of Payment Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil. (xi) 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (xii) 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (xiii) The successful contractor will be selected using Lowest Price Technically Acceptable (LPTA) procedures, resulting in the Best Value to the Government. (xiv) Electronic quotes will be accepted at Katherine.King@dm.af.mil. Fax quotations will be accepted at 520-228-5284. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (xv) Offers are due no later than 05 July 2006 at 12:00 pm PST. (xvi) For other information or site survey please contact: SSgt Katherine King, 520-228-3873.
 
Place of Performance
Address: 3180 S. Craycroft Road, Davis-Monthan AFB, AZ
Zip Code: 85707
Country: USA
 
Record
SN01072965-W 20060621/060619221724 (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.