SOLICITATION NOTICE
66 -- Moudi-II Cascade Impactor and associated components
- Notice Date
- 5/13/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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, Florida, 32542-6862
- ZIP Code
- 32542-6862
- Solicitation Number
- F1TBBB8070A003
- Point of Contact
- Rodney C. Lewis, , Timothy E Estrada,
- E-Mail Address
-
rodney.lewis@eglin.af.mil, timothy.estrada@eglin.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 96th Contracting Squadron, Eglin AFB, Florida intends to award a Firm-Fixed Price (FFP), contract for the purchase of a MOUDI-II Cascade Impactor and associated components. This is a brand name or equal solicitation. This requirement shall be set-aside 100% for small business. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 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 announcement number is F1TBBB8070A003. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification Systems (NAICS) code for this acquisition is 334519, with a small business size standard of 500 employees. Please identify/confirm your business size in your response based upon this standard. This purchase request shall meet the following requirements: All products listed below are manufactured by MSP Corporation of Shoreview, MN. All products offered must meet or exceed all specifications equal to that of the products listed below. CLIN 0001: (quantity 1 each) 30 LPM, 10-stage Moudi-II, 0.056 to 10um; with stepper motor rotators, clam-shell housing, and electronic control and gauges Model No: 120-R MSP Part No: 0120-01-0120A-X CLIN 0002: (quantity 1 each) Sample Pump (110V) assembly for MOUDI Model No: MDI-080 MSP Part No: 0100-01-5012A-X CLIN 0003: (quantity 2 each) Twelve (12) O-rings including: 2 - filter post O-rings; 2 - nozzle plate O-rings; 2 - filter plate cover O-rings; 2 - filter hold-down O-rings; 2 - impaction plate O-rings ; 2 - impaction plate transport cover O-rings. Model No: PAI-MD-2 MSP Part No: 9999-83-5016A-X CLIN 0004: (quantity 2 each) Stainless Steel Screen, 47mm Model No: MDI-100-5-Sc MSP Part No: 0100-01-5010A-X CLIN 0005: (quantity 2 each) Silicone lubricating grease Model No: MMC-1418K4 MSP Part No: 0100-96-0558A-X CLIN 0006: (quantity 1 each) Silicone impaction surface spray Model No: CLS-11025 MSP Part No: 0100-96-0559A-X CLIN 0007: (quantity 1 each) Rotator drive motor (110V) Model No: DAY-2Z813 MSP Part No: 0100-74-0582A-X CLIN 0008: (quantity 1 each) Capacitor Model No: DAY-6X652B Part No: 0100-63-0583A-X CLIN 0009: (quantity 1 each) Rough services spares kit including: 2 drive motors (DAY-2Z813); 1 lamp circuit breaker & switch; 1 silicon lube grease (MMC-1418K4); 5 PAI-MDI-2 O-ring kits; 1 MDI-060-12 PTFE washers; 2 PAI-MDI-1 O-ring kits Note: Quoted price should include all delivery charges, if any, within the unit prices. There should be no separate line item for shipping charges. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation, FAC 2005-25, Effective 22 April 2008. • FAR 52.204-7, Central Contractor Registration; • FAR 52.211-6, Brand Name or Equal • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 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: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 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 fo the Vietnam Era, and Other Eligible Veterans; • 52.219-6, Notice of Total Small Business Set-Aside • 52.219-28, Post-Award Small Business Program Representation • 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; • 52.225-1, Buy American Act - Supplies • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration • 52.247-34, F.O.B Destination; • 252.204-7004, Alternate A; Central Contractor Registration • 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: 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 (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 3:00 PM., Central Time on 19 May 2008. Anticipated award date is two days after this due date. Send all packages to 96 CONS/MSCBB, Attn: Rodney C. Lewis, 205 West D. Ave, Suite 541, Eglin AFB, Florida 32542-6862; or by facsimile to (850) 882-1680 or e-mail at rodney.lewis@eglin.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7486dc942cb4e52a2ac45087a2765563&tab=core&_cview=1)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN01571959-W 20080515/080513220555-7486dc942cb4e52a2ac45087a2765563 (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 |