MODIFICATION
41 -- Large Diameter Fans - Amendment 1
- Notice Date
- 7/19/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333412
— Industrial and Commercial Fan and Blower Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0CW0168AG01
- Archive Date
- 8/7/2010
- Point of Contact
- Latoria R. Glover, Phone: 8508820326
- E-Mail Address
-
latoria.glover2@eglin.af.mil
(latoria.glover2@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Layout of hanger The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Large Diameter Fans. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0CW0168AG01. The North American Industry Classification System (NAICS) code for this acquisition is 333412 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a 100% set aside for small business. The requirement consists of the following items: 0001- Purchase and install fans. Large diameter in hanger 130. Shipping Included. Partial Payment authorized. (QTY: 1 LOT) Configuration: Hangar 130 has a 300' by 300' floor and is 100' high at the rafters. The fans in Hangar 130 must meet the following requirements: a. INSTALLATION - Install twelve (12) six foot diameter high-velocity/low-speed fans on the second and third catwalk overhangs. The fans will be suspended vertically from a horizontal l-beam under the catwalk. b. MOTOR - The fan motor shall be an AC induction type inverter rated at 1725 RPM, 230/460 VAC, 60 Hz. The motor shall be long lasting, heavy duty, and sealed to keep out contaminates, and designed for long, continued use in extreme temperature (0-100 degrees Fahrenheit) and humidity. c. GEARBOX -The gearbox shall be sealed to keep out contaminates and moisture in order to reduce maintenance. d. BLADES - The blades shall be a diameter of 72". They shall be constructed from a corrosion resistant material such as aluminum, stainless steel, or corrosion-resistant treated steel. e. MOUNTING - All components in the mounting system shall be of welded construction using no less than 1/8" thick steel and be treated for corrosion resistance. All mounting hardware shall be at least SAE Grade 8 and of a corrosion resistant finish. f. CONTROLLER - A separate controller will be installed for each fan. The controller will be located on the ground floor of the building for easy access. The wiring for the controller will be encased in an industry approved conduit. A user's manual will be provided for operation of the controller. g. INSTALLATION SCHEDULE- The installation shall be performed by qualified, licensed technicians. The installation must be performed during normal duty hours (0700-1600hrs) and not interfere with maintenance occurring within the hangar. h. PARTS AND LABOR - All parts, labor, and support equipment necessary for installation of the fans shall be provided by the manufacturer/installer. This must be a turn-key installation. i. FREIGHT - Price must include freight to Eglin AFB, Fl, 32542 (FOB Destination). j. SAFETY CONSIDERATIONS - Units shall have a cage installed around the blades. Units must have a fall arrest system in the event of mounting system failure. Units must comply with all Safety, Fire prevention, and UL codes - Federal, State, and Air Force. k. SMOKE DETECTION - Units are to be shunted to the fire suppression system already installed in the facility. An early warning smoke detection system is preferred and shall disable the fans the instant the fire suppression system activates. I. WARRANTY - The manufacturer shall provide at the minimum a three (3) year warranty on parts and a minimum of one (1) year warranty on labor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-42, effective 16 JUN 2010. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-8, Utilization of Small Business Concerns; • 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 of the Vietnam Era, and Other Eligible Veterans; • 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; • 52.222-99, Notification of Employee Rights under the National Labor Relations Act • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.247-34 FOB Destination 52.233-2, Service of Protest; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), 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. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Standard Time on 23 July 2010. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKB, Attn: Latoria R. Glover, 308 West D Ave. Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862, by phone (850) 882-0326, or by facsimile to (850) 882-1680, or email at latoria.glover2@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CW0168AG01/listing.html)
- Place of Performance
- Address: Eglin AFB, Eglin, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02210369-W 20100721/100719234756-f26d5592a520ce045603ab147f4f6f55 (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 |