Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

49 -- Polyurea Spray System with components

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T0CW7236AG01
 
Response Due
9/6/2007
 
Archive Date
10/1/2007
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Polyurea Spray System and associated components as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.104 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 announcement number is F1T0CW7236AG01. The North American Industry Classification System (NAICS) code for this acquisition is 325510 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. The requirement consists of the following items: CLIN 0001 (1 EACH) High Pressure Hot Polyurea Spray System in Accordance with Following SOO: Equipment will be used to apply a two component, 1:1, 100% Solids, fast set, liquid applied, modified polyurea liner system for metal, concrete, fiberglass and wood surfaces. Product Delivery Equipment: Glass Craft Super Maxi 2, 1 TO 1 Modified Plural Component Proportioner with 3000 PSI, 190 Degrees Heat, 6000 Watts Inlet and Pressure Side Filters, Recirculating System, Stroke Counter, Automatic Hose Heat Control, 12 Watts per ft heating, Stand (sprayed with HP 1 to 1), RAM Repair Kits, 2 Transfer Pumps with repair kits (637378-C31), Probler Gun with spare parts kit, 200 ft heated spray hose that is repairable, drum mixer, desiccant filter assembly, technical manual. Enclosure, the vendor shall include a truck enclosure system. The enclosure shall be 12 x 14 x 10. The vendor is free to ask technical POC for more information on requirements. Product requirements: Shore A hardness 80 ? 90, Elongation at break 330 percent, Tensile strength 2200 psi, Tear strength 430 lb/in, Must be Solvent Free, VOC and CFC free, Rapid curing, Seamless, High Build, Tough and Elastomeric, Chemical Resistance, Low temperature flexibility, Abrasion and Impact Resistant, 100 percent solids, Unlimited Color Options. Chemical Product, 100 gallon kit: 50 gallons (500 lbs net) Side A and 50 gallons (454 lbs. net) Side B. One kit will supplied by the vendor at time of delivery of equipment. Equipment will be delivered and installed at Eglin AFB Bldg 455. Vendor is required to set up equipment at facility and provide on-site training for three full days. An air compressor is on site and is capable of meeting CFM requirements to operate equipment. Tool Kit and Miscellaneous: Drum Wrench, Utility Knife with blades, Spray Bottle, Scrub Pads, (2 soft), Teflon Tape, Lithium Grease (1 tube), Throat Seal Lube. The System will be mounted in a building. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers); 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: ? 52.219-8, Utilization of Small Business Concerns; ? 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 Eligible Veterans; ? 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; ? 52.225-13, Restrictions on Certain Foreign Purchases; ? 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; ? FAR 52.247-34 FOB Destination 52.233-2, Service of Protest; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I 52.223-11 Ozone-Depleting Substances; 52.247-34, F.O.B Destination; 52.252-2 Clauses Incorporated by Reference; This contract incorporates 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/these address (es): http://farsite.hill.af.mil . 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252-232.7003, Electronic Submission of Payment Report, 252.247-7023 Transportation of supplies by Sea, with Alt III; 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 6 September 2007. The quote is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Sara Davila, 205 West D Ave. Suite 541 (Bldg 350), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or email at sara.davila@eglin.af.mil. (850) 882-0337.
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01390637-W 20070901/070830221417 (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.