Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

44 -- Replace Dust Collection System, Bldg 311

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road, Bldg 811, Holloman AFB, New Mexico, 88330-7908
 
ZIP Code
88330-7908
 
Solicitation Number
F2E3LE8075A001
 
Archive Date
8/8/2008
 
Point of Contact
Stephen L Ellison, Phone: 575-572-7155, Laura T. Buehler,, Phone: 505-572-2099
 
E-Mail Address
stephen.ellison@holloman.af.mil, laura.buehler@holloman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number for this procurement is F2E3LE8075A001, and is issued as a Request for Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The award will be made to a small business. The associated North American Industry classification system (NAICS) code is 238220, the small business (SB) standard for this code being $13.0 million. A Site Visit for interested parties is scheduled for 0930 16 July 08. Contact Steve Ellison, at the phone or e-mail address below, to coordinate attendance and access to Holloman AFB. Site diagrams and accurate measurements of machine locations and model numbers can be procured/made at the site visit. PROJECT DESCRIPTION: CLIN 0001: The contractor shall provide all parts, equipment, materials, labor, management, and supervision required to provide and install a dust collector/separator system per the Statement of Work, as follows: STATEMENT OF WORK FOR REPLACEMENT OF DUST COLLECTION SYSTEM, BLDG 311 FOR HOLLOMAN AFB, NM 9 JULY 2008 1. INTRODUCTION Replace existing dust collection system in Bldg 311. 2. BACKGROUND Current dust collection system is approximately 40 years old and worn out. New system is needed which meets current Air Force Occupational Safety regulations. 3. SCOPE Contractor will design system, provide, and install dust separator/collector, ductwork, blast gates, hoods, and any other mechanical equipment required, except electrical switches, power supply, and associated wiring. Filtered air from system is to be returned to shop space. Dust collector shall be installed outside building at a spot agreed upon by contractor and Holloman AFB POC. The contractor will be responsible for penetrating the building wall as necessary to provide duct access to the collector/separator and return air and installing flashing and weatherproofing. The system will have intakes for, at minimum, a panel saw, radial arm saw, band saw, cabinet/table saw, disk sander (all currently installed in the shop), and two floor sweep ducts. Ducting shall be at least 20-24 gauge galvanized or stainless steel, except where flexibility is required for the panel saw and radial arm saw collection hoses. Current duct hose for the cabinet/table saw runs in a trough in the floor, and replacement ducting must be installed in this same trough. System performance characteristics are: 1. System must be able to maintain air flow rate of 2,500 CFM at 70 degrees F at altitude of 5,000 feet. 2. Collector to be installed outside building, and sawdust and other materials collected are to be deposited in weather tight, tamper-resistant tilting hopper-type bins provided by the contractor as part of the system which can be handled by forklift for disposal. 3. Collector/separator and all electrical or air connections must be weatherproof. 4. Except for cabinet/table saw, all ducting must be installed overhead, suspended from ceiling trusses at appropriate height. Approximate height to underside of trusses is 15-18 feet. 4. GOVERNMENT FURNISHED EQUIPMENT / INFORMATION Upon contract award, and coordination with the contractor, Holloman AFB will construct the hardstand for the collector/separator and install 230/460V, 60Hz, 3-phase electrical power and perform electrical tie-in to the collector/separator. Holloman AFB personnel will unload all materials used. Holloman AFB will remove and dispose of the existing system prior to installation of the new one. Contractor will provide Holloman AFB all information regarding system component weight, height, configuration, footprint, electrical power and clearance requirements, and performance characteristics as part of quote/proposal/bid. Offers are due no later than 1200 MDST, 24 July 08, and must be sent to the Point of Contact (POC). The POC for this solicitation is Stephen Ellison, 505-572-7155, FAX: 505-572-7333, e-mail stephen.ellison@holloman.af.mil. Contracting Officer: MSgt Laura Buehler, 505-572-3578. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items, to include the following addendum: Quotation submitted shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name, Address, and Telephone Number of Offeror; Terms of the expressed warranty; Price; Any discount terms and acknowledgement of all solicitation amendments. Quote prices must indicate quantity of material or parts, unit price, and extended amount. Offerors who fail to furnish the required information, or reject the terms and conditions of this solicitation may be excluded from consideration; FAR 52.212-3, Offerors Representations and Certifications/Commercial Items (Mar 2005), or a statement that this has been completed in ORCA) are to be completed and submitted with the offer; FAR 52.212-4 contract Terms and Conditions/Commercial Items (SEP 2005), to include the following addendum: Facsimile and e-mail offers will be accepted.; FAR 52.212-5, contract Terms and conditions Required to Implement Statutes or Executive Orders/Commercial Items, specifically citing the following provisions; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42; FAR 52.252-1 Solicitation Provisions Included by Reference (FEB 1998)FAR 52.204-7, Central Contractor Registration (amended by DFARS 252.204-7004, Central contractor Registration Alternate A (NOV 2003)); HAFB 008, Holloman AFB Access; HAFB 009, Wide Area Work Flow Statement (FEB 2005); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2006); DFARS 252.225-7001 Buy American act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); 3) All amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the POC indicated in this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a34b4ab89f4672f22eb46d1c200ef103&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 311, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN01610183-W 20080711/080709222357-a34b4ab89f4672f22eb46d1c200ef103 (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.