Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

99 -- Titanium Blow Bar for Eagle Rock Crusher

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333131 — Mining Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0RH0131A004
 
Archive Date
9/27/2010
 
Point of Contact
Scheherezade Roundtree, Phone: 6713664943
 
E-Mail Address
scheherezade.roundtree@andersen.af.mil
(scheherezade.roundtree@andersen.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 36th Contracting Squadron INTENDS TO MAKE A SOLE SOURCE AWARD to EAGLE CRUSHER COMPANY, INC. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-19 and Defense Acquisition Circular 91-13. The North American Industry Classification System Code (NAICS) is 333131, SIC Code 3532 The contractor shall provide the following supplies: Titanium Blow Bar for Rock Crusher, Part #:62C375HW2 (or equivalent). Blow bars MUST be compatible with the 1000-15CC Portable Plant. Plant specifications: Impactor 3-stage UltraMaxR UM15 Impactor Weight 27,500 lbs. Plant Weight 108,000 lbs. Travel Width 11' x 11" (36"x12"x8"; 3 per pallet) Rotor Diameter & Width 44" x 41" Feed Opening 41" x 32" Vibrating Grizzly Feeder Dimensions 16' x 39" with 5' tapered step grizzly Feed Hopper Capacity 11 cubic yards/14 tons Grizzly Bars Two-step, 30" long bars with various spacing On-Plant Screen Inclined 5' x 14' double-deck Discharge System 42" wide conveyor to screen On-Plant Power Supply 325 HP diesel engine & 100 kW generator Hydraulic Lift/Leveling System On-board, gas-powered; also used for secondary curtain settings and crushing chamber access This requirement is in support of the 36 REDHORSE, NORTHWEST FIELD. Under the authority provided in Federal Acquisition Regulation 6.302-1, the Contracting Officer has determined that the circumstances of the contract action deem only one source reasonable available. Interested parties are invited to submit information concerning their capabilities, experience, and data pertinent to their ability to provide the same equipment for use in this project that meet this requirement no later than 10SEP 2010 4:30 pm Eastern Standard Time. Written responses must provide clear and concise documentation indicating your firm's capability to provide information submitted. Respondents will not be notified of the results of an evaluation of the information received. No contract award will be made on the basis of responses received; however, this information will be used in the Contracting Officer's assessment of capable sources. FOB destination is required by the Government. FOB point is Andersen AFB, Guam. Please include shipping prices via commercial shipping directly to Guam as well as shipping to Tracy, CA. The required delivery date is 30 days ADC. Offerors must provide warranty information specific to all equipment as well as provide all materials, labor, and transportation necessary to provide this supply. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals may be considered and accepted. 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2007)-The preferred method is for the offeror to complete this requirement on the ORCA link at the Business Partners Network website, http://bpn.gov.; 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 11.105 Items Peculiar to One Manufacturer, FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2007); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005)(use this clause if using 252.225-7001); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)(use this clause for supplies $25K); 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Oct 2006)(use Alt I if Alt I is used for 252.225-7036); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Mar 2007)(use Alt I $25K-$64,786-use basic $64,786-$193,000); 252.232-7003 Electronic Submission of Payment Requests (Mar 2007); 252.247-7023(ALT III) Transportation of Supplies by Sea (May 2002); 5352.201-9101 Ombudsman (Aug 2005). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov/. Confirmation of CCR registration must be obtained before award can be made. Quote should reference SOLICITATION NO. F1C0RH0131A004. The POC for this acquisition is Scheherezade Roundtree (671) 366-4943; Fax (671) 366-1103, E-Mail: scheherezade.roundtree@andersen.af.mil. Oral quotes will not be accepted. Responses to this RFQ must be received via e-mail by 10 Sep 2010, 4:30pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH0131A004/listing.html)
 
Place of Performance
Address: ANDERSEN AFB, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02274116-W 20100910/100909000938-72022445d698d3c3a3bf75d16fa4a739 (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.