Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

43 -- Breathing Air Compressor

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3F37191A002
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F1B3F37191A002 is hereby issued as a Request for Quote. This solicitation requires the purchase, delivery and installation of a Stationary Breathing Air Compressor to include the following: Statement of Work: A. Scope The vendor will provide the following, Stationary breathing air module compressor with four stage air cooled compressor (33.2 cfm @ 6000 psi).The module will be delivered to the Altus AFB Fire Department. The bid shall include FOB to Altus AFB. Oklahoma. This unit will be built to specifications as follows and designed for years of use under all conditions. B. Introduction The following specification is for a stationary breathing air system, shall be capable of re?servicing three 4500psi SCBA bottles with an auxiliary 50ft fill line. The compressor and fill station is intended for use on AAFB Fire Department SCBA bottles in compliance with the current NFPA 1901, DOT standards on storage bottles and OSHA standard number: 1910.134(i); 1910.134(d). Compliant with noise reduction levels per OSHA. Breathing air filters will allow for NFPA 1989 current standard. Product shall be completely brand new and of the best quality materials currently used in commercial practice. Materials that deteriorate when exposed to sunlight, extreme weather, or operational conditions shall not be used or shall have means of protection against such conditions that will not prevent compliance with performance standards. Protective coatings that chip, crack, or scale with age or extremes in climatic conditions or on exposure to heat or cold shall not be used. Number of units to be supplied - one of each: breathing air module compressor package, air storage system and three position containment fill station. All fasteners used in construction shall be stainless steel, aluminum, or other materials that will not rust or corrode. Unit shall have one (1) stainless steel data plate affixed to the front exterior. It shall be riveted onto unit with stainless steel rivets. This data plate shall include the following information but not limited to: date of mfg., serial number, model number, toll free 24 hr emergency contact number and noise level decibel. Unit shall have one (1) instruction plate that has step by step operating instructions It shall be riveted onto unit with stainless steel rivets. And visible to operator C. Breathing air Module compressor package 1. One - Breathing Air Module compressor package including: -Four stage, air-cooled compressor (33.2 cfm @ 6000 psi) 25 Horsepower electric motor (230-460V/60Hz/ 3 phase) Magnetic starter Stainless steel gauge panel including: Hour meter High air temperature switch with warning light Low oil pressure switch with warning light and sight glass Start/stop air pressure switch with light Inlet filter change indicator Emergency stop button MK5C purification system (processes 66,000 cf w/ an 80 F inlet) CO/Moisture indicator kit CO Monitor with calibration kit Cartridge monitoring system (moisture monitor with cartridge detection) Automatic condensate drain with removable muffler reservoir Enclosed, insulated, vertical cabinet Hinged access door in front Removable, hinged access doors on sides -Shall have three to six inch ground clearance 2.One - Air Storage system including: - Six 6000 psi DOT cylinders with service valve and burst disc (509 cf each @ 6000 psi) Self-standing vertical rack (3 x 3) Interconnecting hardware 3. One - Three position, containment fill station including: Three position, front loading, containment fill station Latching front door with safety interlock Three fill whips with isolation valves, bleed valves and SCBA fill adapters Fill panel including: Regulator with inlet and outlet gauges One fill control valve and gauge Six bank cascade control with "to" and "from" valves Bypass valve Regulated auxiliary outlet with valve with 100ft retractable connection hose and Quick Disconnect. Bottle fill connections for high pressure and low pressure 2216 psi fittings and 4500 psi fittings bottles. Will be national standard quick connect interchangeable fill connection. Spare connections shall be mounted 4. One -15 ft interconnecting hose (compressor to fill station) 5. Six -10 ft interconnecting hoses 6. (air storage to fill station) D. Manufacturers requirements, Warranties and Training 1. The manufacturer will guarantee safe delivery and setup. 2. Technical expert with response time of 24 hours by phone and 72 hours by person from notification of system failure. 3. All equipment supplied (components/accessories) shall be covered under a three year manufacturer's warranty to include parts and labor. 4. A one day operational and maintenance seminar, set up for two days (one seminar for each shift). The vendor will supply the instructor for this seminar and it shall be included in the delivery process. 5. The vendor shalll supply a detailed lesson plan, hard copy and power point type to be used for refresher training conducted by the purchaser for its' members to include general information, operational procedures and inspection/maintenance procedures. (End SOW) All work shall be performed IAW SOW. Delivery shall be 45 days from award. This acquisition utilizing simplified procedures authorized by FAR 12.603, Streamlined Solicitation for Commercial Items. One award will be made based on price. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 2004) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (2:00 P.M.) CST, 20 Sep 2007. Quotations may be sent via mail to the above-stated address, faxed to (580) 481-5138, or submitted by e-mail to: bradford.shagrin@altus.af.mil. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-19 effective 19 August 2007. The following clauses and provisions shall also be included in this solicitation: FAR 52.253-1,Clauses Incorporated by Reference (FEB 1998) 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 address: http://farsite.hill.af.mil/ (End of Clause). FAR 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (SEP 2006); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), shall also be incorporated. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: 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, appropriation data, etc) which may be changed unilaterally by the Government. FAR 52.252-6, Authorized Deviations in Clauses (APR 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.204-7, Central Contractor Registration (JUL 2006); FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-28, Post Award Small Business Program Representation (JUN 2007); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (E.0.11246) (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUL 2005); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); FAR 52.233-3, Protest after Award (AUG 1996); FAR 52.247-34, F.O.B. Destination (NOV 1991); FAR 52.225-1, Buy American Act ? Supplies (June 2003); FAR 52.225-2, Buy American Act Certificate (JUN 2003); FAR 52.225-5, Trade Agreements (NOV 2006); FAR 52.253-1, Computer Generated Forms (JAN 1991); 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.252-6, Authorized Deviations in Clauses (APR 1984). The DFARS clauses and provisions that apply to this solicitation are: DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2003); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JUN 2005); DFARS 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS 252.225-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (OCT 2006); DFARS 252.232-7003, Electronic Submission of Payment Request, (MAR 2007); and DFARS 252.204-7004, ALT A Required Central Contractor Registration (NOV 2003); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002). In addition, AFFARS 5352.201-9101, Ombudsman (AUG 2005); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 333912, with number of employees not to exceed 500. Please provide quote in just one (1) CLIN for the all items in this solicitation. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration (CCR) database. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications (ORCA) website: http://orca.bpn.gov. Contractor MUST be registered in CCR and ORCA under the NAICS code for this solicitation to be considered for award. Failure to do this will result in a forfeiture of your submittal. The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the requirement, etc). Points of contact include: Bradford Shagrin, Contract Administrator, 580-481-7251; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132 (Attn: SSgt Bradford Shagrin). You may also contact said P.O.C. via phone: (580) 481-7251, fax: (580) 481-5138, or e-mail: bradford.shagrin@altus.af.mil.
 
Place of Performance
Address: 97 CES/CEF, Altus AFB OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01400860-W 20070912/070910220719 (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.