Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

49 -- Repair Media Blasting Equipment - ATTACHMENTS

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
F2S2309238AG01
 
Archive Date
9/14/2009
 
Point of Contact
Lucille D. Ngiraswei, Phone: 501.987.7115, Francis E. Dunn, Phone: 501.987.3844
 
E-Mail Address
lucille.ngiraswei@littlerock.af.mil, francis.dunn@littlerock.af.mil
(lucille.ngiraswei@littlerock.af.mil, francis.dunn@littlerock.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACTOR'S QUOTE TEMPLATE CLIN 0001 PARTS BREAKOUT (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 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. (ii)This solicitation, F2S2309238AG01, shall serve as a request for quotation (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 (Effective 11 Aug 2009). (iv)This acquisition is automatically reserved exclusively for small business concerns as a 100% Small Business Set-Aside IAW FAR 19.502-2 (a). This acquisition is competitive under the North American Industry Classification System (NAICS) code is 423830 and the related Small Business Size Standard is 500 employees. (v-vi)The following commercial item(s) is/are requested in this solicitation; CLIN 0001 – Parts. To include the following: a) Pressure Vessel; b) Storage Hopper; c) Cyclone Separator; d) Floor Tube Selector. (Refer to CLIN 0001 Parts Breakout document.) QTY: 1 Each; CLIN 0002 - Freight Cost. QTY: 1 Each; CLIN 0003 – Installation Cost: Repair Media Blasting Equipment in Bldg 282. The contractor will mobilize to Little Rock AFB and remove the existing blast equipment consisting of pressure vessel, storage hopper, bucket elevator, dense particle separator, cyclone separator, and vibratory shaker. This equipment along with the supporting stands will be turned over to the government or as directed by the government. The government is responsible for the removal of all media contained within the system prior to the removal any equipment by the contractor. The contractor will install the new equipment and hook up to the existing electrical control panel. The contractor will complete an endurance test on all the equipment to ensure the equipment operates as designed. The company will conduct start up and a one day maintenance and training for the base personnel. The contractor guarantees the equipment installed will perform as designed and to the activity's requirements. Installed equipment carries a one year warranty. The area of equipment installation is classified as a Class I Division II group C & D hazardous location from 18" AFF to the ceiling and Class I Division I group C & D from the floor to 18" AFF. All electrical installations or modifications performed in this area to install new equipment shall meet the NEC requirements for these classifications. Existing equipment is fed from a 480VAC 3 phase source. New equipment shall be connected to the same source as equipment being replaced. Installation will be inspected for code compliance before acceptance of equipment and payment. QTY: 1 Each Note: Expansion of doorway to Media Blasting Area is not permitted. (vii)The contractor shall complete the delivery of supplies within 30 calendar days after receipt of order. FOB: Destination for delivery to Little Rock AFB, AR 72099. (viii)The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (ix)The clause at FAR 52.212-2 Evaluation of Commercial Items; Quotes will be evaluated and awarded to the offeror with the Best Value (i.e. price, warranty, lifespan of item, environmental/energy efficiency considerations, delivery terms, etc…). (x)The provision at FAR 52.212-3 (Alternate I), Offeror Representations and Certifications -- Commercial Items. Offeror’s Representations and Certifications must be current on the ORCA website (https://orca.bpn.gov/) prior to award. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; (xii)The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: The clause at FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor --- Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons. The clause at FAR 52.225.13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations In Clauses. The clause at DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The clause at DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Alternate IIII; AFFARS 5352.201-9101, Ombudsman; LRAFB 9, Wide Area Work Flow; and LRAFB Local Tax, State and Local Tax. (xiii)The Government reserves the right to award on a multiple award or an all or none basis. All responsive offerors must be registered in the Central Contractor Registration database ( www.ccr.gov) in order to be considered for award. It is recommended that responsive offerors upload Representations and Certifications on the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/). (xiv)(RESERVED) (xv)SITE VISIT: A SITE VISIT HAS BEEN SCHEDULED FOR THURSDAY, 03 SEP 2009 from 10:00 A.M. to 11:00 A.M. CST AT BLDG 282 CMSGT WILLIAMS DR, LITTLE ROCK AFB, AR 72099. ATTENDENCE IS RECOMMENDED FOR COMPREHENSIVE UNDERSTANDING OF SCOPE OF REQUIREMENT. At your soonest convenience, email or fax a written request with the name of those who will attend the SITE VISIT to the attention of A1C Lucille Ngiraswei, Contract Specialist. As a courtesy, please submit requests AT LEAST 24 HRS prior to date of SITE VISIT. BASE ACCESS: To expedite approval process for gaining access to Little Rock AFB, it is recommended that SITE VISIT attendees submit the following information required for an EAL Base Pass AT LEAST 48 HRS in advance of date of SITE VISIT: 1) Number of representatives in attendance, 2) Full Name of Each Individual, 3) Date of Birth, 4) Driver’s License Number, 5) Driver’s License State of Issue. It is recommended that this information be sent via secure email or submitted via telephone call to A1C Ngiraswei at 501.987.7115. Be sure to indicate that personal information contained in email / disclosed via telephone call is protected by Privacy Act of 1974 (Public Law 93-579). ONLY ONE SITE VISIT WILL BE HELD. Contractors must enter base from the MAIN GATE on Vandenberg Drive (Off Highway 67). All persons requesting access to Little Rock AFB must provide a valid driver’s license as well as proof of valid vehicle insurance & registration. Please process through Main Gate AT LEAST 15 MINUTES before SITE VISIT. Contractors who arrive after 11:00 A.M. CST THURSDAY 03 SEP 2009 will be turned away. QUESTIONS: Questions regarding this solicitation or as a result of the SITE VISIT shall be submitted in writing to A1C Lucille Ngiraswei, Contract Specialist, via email to lucille.ngiraswei@littlerock.af.mil or facsimile to 501.987.8119 NLT 1:30 P.M. CST FRIDAY 04 SEP 2009. All Questions & Answers will be made available via amendment to this solicitation as soon as possible. QUOTES DUE: Quotes must be submitted NO LATER THAN 1:30 PM CST, THURSDAY, 10 SEP 2009. It is recommended that quotes be submitted IAW the attached Contractor’s Quote Template. (xvi)All quotes must be sent to the attention of A1C Lucille Ngiraswei at e-mail address: lucille.ngiraswei@littlerock.af.mil; or facsimile to 501.987.8119. Thank you for your interest in this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ab25c566ce1316a63b4a349309d18e1)
 
Place of Performance
Address: LRAFB, AR, Little Rock Air Force Base, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN01931349-W 20090830/090829001952-2ab25c566ce1316a63b4a349309d18e1 (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.