Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

44 -- Steam Oven Controls/Software Upgrade

Notice Date
5/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven 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
F1TBAP8079A001A
 
Point of Contact
Mary G. Gardner,, Phone: 850-882-0338, Manivanh S. Mundy,, Phone: 850-882-0335
 
E-Mail Address
mary.gardner@eglin.af.mil, manivanh.mundy@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
UPGRADE TO STEAM OVEN SOFTWARE AND CONTROLS The 96 Contracting Squadron, 96 CONS/MSCB at Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price contract for a Steam Oven Software/Controls Upgrade. This announcement constitutes a combined synopsis-solicitation; a quotation is being requested, and no other request for quote will be issued. This solicitation is issued as Request for Quotation (RFQ) F1TBAP8079A001A. This is a 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 333994, with small business standard size of 500 employees. Please identify your business size in your response based upon this standard. This requirement is for the following. CLIN 0001: Upgrade to Steam Oven Controls/Software, 1 each. Specifications as follows: Due to the age of the system and control system parts being obsolete, AFRL/RWME has the need to upgrade the current controls software and operating system of the walk-in steam oven located in Bldg 1221, Eglin Air Force Base, Florida. The oven system is utilized for the 1) Curing/solidification of both developmental and current explosive formulations, 2) Drying of raw explosive ingredients required for current and future explosive loading operations and 3) Demilitarization of research assets for internal and external customers at the High Explosives Research and Development (HERD) Facility Eglin AFB, FL. We are specifying that particular components be provided by the contractor in order for those components to be compatible with government furnished components (chassis, processors, frequency drives, etc) that will be incorporated into the system. The contractor supplied components are also required to be compatible with existing control systems (ovens, mixers, kettles, etc) throughout the facility. In order to minimize operator error and in support of standardization, the operator interface (location of buttons or readouts, labeling of switches or buttons, and overall appearance of the HMI) and operation/ input requirements for the programmable temperature profiles shall be designed/programmed so that they are replicates of existing HMI's. For this reason it is highly recommended that any potential vendor attend the site visit. The contractor is required to be a Underwriter's Laboratory (UL) Approved Panel Shop. The completed system panel shall include proper UL documentation and meet NEC Class I and II, groups B,C,E,F, and G. The contractor-built complete system shall be capable of maintaining a set point temperature of ±1°C for a 24 hr period. The system programming will include a programmable temperature profile consisting of (25) cool down steps. More information will be made available during the site visit. The following shall be provided by the contractor: 3 each, New sub-pans for the existing 3-door control panel. 1 each, Allen-Bradley 1746-NI4 4-channel analog input module 1 each, Allen-Bradley 2711P-B7C4D1 PanelView Plus 7" Touch/Key combo. Standard Ethernet and RS232 communications. 1 each, Allen-Bradley 800HL-FPXJ6BP Hazardous Location Type 7&9 2 Pos. PB-Non-Illum., Long Barrel, Push - Pull Unit, Jumbo Mushroom Head, Red, 2 N.O. - 2 N.C. Sealed Switch. 4 each, ABB I/P Converters with manifold block and output pressure gauges (0-15PSIG). This will provide a much smaller mounting footprint than the existing I/P converters. 1 each, Chromalox 1600-11130 hi limit controller with remote reset. Other required support materials. DIN Rail, terminal blocks, and fuses. In addition to the above, contractor shall provide the following:  Complete drawing review for the electrical prints. All updates and modifications required to the prints.  The programming for the Allen-Bradley SLC 5/05 PLC and the PanelView Plus.  Startup assistance at Eglin AFB.  Labor to mount material supplied by Eglin AFB on new sub-pans for the existing 3-door control panel. Additional material beyond the list supplied by Eglin AFB shall be provided by contractor.  Installation labor to complete the upgrade on site at Eglin AFB. This includes modifications to the conduit, moving some of the larger components from the current control panel sub-pans to the new sub-pans.  Any required man lifts for the work.  On-site setup RSSLQ data collection and basic database design. A site visit is scheduled for Thursday, 22 May 2008 at 9:00 am Central Time. Please contact Mr Varner at 850-882-1907 christopher.varner@eglin.af.mil by noon Central Time on 20 May so we can arrange entry onto Eglin. For questions, contact Ms. Mary Gardner or Ms. Manivanh Mundy by email only, mary.gardner@eglin.af.mil or manivanh.mundy@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-25, effective April 22, 2008. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors - Commercial Items. The following factors shall be used to evaluate offers: Technical Merit, Vendor's Past Performance, and Price. Vendor shall provide with the proposal its experience working with explosion proof equipment. Technical, past performance, and price are of equal importance. • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (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: o 52.219-6, Notice of Total Small Business Set-Aside; o 52.233-3, Protest After Award; o 52.233-4, Applicable Law for Breach of Contract Claim; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation With Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219-28, Post-Award Small Business Program Rerepresentation • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference, 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 252.204-7004, Alternate A; • 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 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7003, Electronic submission of payment requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III; • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; • Local H-850, Wide Area Work Flow. Local H-850 reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) 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 10:00 pm, Central Time on Sunday, 1 June 2008. Send all packages to 96 CONS/MSCBB, Attn: Ms. Mary Gardner or Ms. Manivanh Mundy, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at mary.gardner@eglin.af.mil or manivanh.mundy@eglin.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d8a7ad8ee7ae5780b9354a0c2016d41&tab=core&_cview=1)
 
Place of Performance
Address: Eglin Air Force Base, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01572712-W 20080516/080514215658-7d8a7ad8ee7ae5780b9354a0c2016d41 (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.