SOLICITATION NOTICE
36 -- Ultrasonic Cleaner - Request For Quote
- Notice Date
- 5/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- f1m24x0081a001
- Archive Date
- 6/1/2010
- Point of Contact
- Susan R. Reinhart, Phone: 8439635159, Damon Ellison, Phone: 8439635163
- E-Mail Address
-
susan.reinhart@charleston.af.mil, damon.ellison@charleston.af.mil
(susan.reinhart@charleston.af.mil, damon.ellison@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13.5 applies to this solicitation. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M24X0081A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 dated 3/23/2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 335999 with a 500 employee size standard. (v) Contractors shall submit a lump sum quote for the purchase and installation of an Ultra Sonic Agitation System for 437 MXS/MXMT building #532. Agitation System must meet the following minimum requirements: Requested: Ultrasonic cleaner with agitation; aqueous chemistry 150oF used to clean aircraft wheels and parts Power: 240/3phase with 8,000 W RMS output Generators: Neptune TM C Series ultrasonic generators; qty 8 with 1000 watts output for each; providing high frequency sweep and line synchronized amplitude modulation Frequency: 40 kHz Transducers: Immersible Transducers, 316L stainless steel with piezoelectric type transducer elements. Transducer Mounting: Opposing side wall mounted. Temperature Capability: up to 180ºF with electric immersion heaters, with programmable digital temperature control Heat: Electric immersion heaters Tank Design: Heavy guage 304 stainless steel with 2 inches of thermal insulation. Large enough to clean four 23.5" diameter by 20" wide wheels in one cycle. Internal tank design needs to be large enough to accommodate for wheels, mounted transducers, and lift platform; suggested dimensions: length 4' 4", width 5', depth 3' 4" Platform: capable of lowering and raising wheels/parts into tank; 800 lb capacity Lid: Automated hinged lid Drainage: Manual drain valve for tank and weir reservoir. In-tank agitation to agitate wheels or parts Weir: single-sided overflow weir with return through sparger with skimmer Fill: Auto fill solenoid and level sensor Filtration: Filtration bag filter with recirculation pump capable of filtering down to 10 micron Lift: Hydraulically operated lift platform with rollers capable of holding four 24" wheels which lifts wheels to top of tank; 800 lb capacity Oil removal: Oil separation system capable of separating oil 99% water free Atlantis AT-5246 Ultrasonic/Agitation System w/ Pro-sep oil removal system, automated hinged lid, installation supervision, start-up assistance and training. Brand name or equal items are acceptable. May 11 at 12:00 pm is the deadline for questions pertaining to the details of this solicitation after which no more questions will be answered. Submit questions via e-mail to damon.ellison-02@charleston.af.mil. All responsible sources may submit a quotation, which shall be considered. (vi) Delivery and acceptance instructions are FOB Destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate offerors' total price for award purposes. Technical and price factors are listed in descending order of importance. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.222-50, Combating Trafficking in Persons • DFARS 252.204-7004, Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy America Act (BAA) - Balance of Payments Program Certificate • DFARS 252.225-7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.225-7014 and 252.225-7015 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection and Receiving Report • AFFARS 5352.201-9101, Ombudsman complete paragraphs c as follows; Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by May 17, 2010 no later than 10:00 AM Eastern Standard Time. Requests should be marked with solicitation number F1M24X0081A001. (xvi) Address questions to Susan Reinhart, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email susan.reinhart@charleston.af.mil or A1C Damon Ellison, Contract Specialist, at (843) 963-5163, email damon.ellison-02@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5857, email Robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/f1m24x0081a001/listing.html)
- Place of Performance
- Address: Building 532, Charleston AFB, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02142762-W 20100508/100506235357-d27eb35390793f637cd1c6f6234e4214 (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 |