Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

49 -- Butane Delivery System - Brand Name Letter

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N33Q0181A008
 
Archive Date
10/6/2010
 
Point of Contact
Joseph W. Hoh, Phone: 011351295573696, Zane Rohwedder, Phone: 351-295571468
 
E-Mail Address
joseph.hoh@lajes.af.mil, zane.rohwedder@lajes.af.mil
(joseph.hoh@lajes.af.mil, zane.rohwedder@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name J&A 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 is F2N33Q0181A008; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-43, DCN 20100908, and AFAC 2010-0903. This acquisition will be BRAND NAME ONLY in accordance with (IAW) FAR 6.302-1; the North American Industry Classification System (NAICS) code is 333913. The business size standard is 500 employees. The Federal Supply Class (FSC) is 4930. The Standard Industrial Classification (SIC) is 3586. ALL ITEMS ARE BRAND NAME ONLY IAW FAR 6.302-1. PLEASE SEE THE ATTACHED JUSTIFICATION LETTER FOR THIS BRAND NAME ONLY REQUIREMENT. CLIN's will be used with a Kidde Firetrainer MA-500 Mobile Aircraft Fire Trainer (MAFT). CLIN 0001: 1 EA, Skid Mounted Butane System EA. 500 gallon tank mounted on a fabricated steel skid with a cage assembly to surround the vessel and other components providing protection during transit. The 500 gallon tank will be suitable for ASME and DOT MC331 service with a MAOP of 250 PSIG. The tank will include: liquid level magnetic float gauge, maximum permitted level outage gauge, pressure relief valve, pressure gauge with isolation valve, two (2) liquid outlet openings located on the bottom of the vessel with Fisher internal valves, and two (2) vapor connections located on top of the vessel fitted with Fisher internal valves. Butane vapor supply of 40 SCFM at 20 psig is requred as well as having adequate pressure in the storage tank to allow the process pump to pump 20 gpm at a discharge of 90 psig; Ransome or equal tank heater is required. An explosion proof circuit breaker mounted on the skid adjacent to the heater is required. In order to supply the required 40 SCFM at 20 psig, a piloted regulator assembly will be installed. The discharge of the regulator will connect to a hose reel with explosion proof rewind motor. Attached to the reel will be 100 feet of 1-1/4" propane hose, terminating with a manual lockable ball valve and ACME connector with dust cap. One (1) liquid outlet will supply the liquid transfer pump. The pump will be a Corken Z2000 package with 7.5 hp explosion proof motor connected to an explosion proof disconnect switch and pushbutton located on the skid adjacent to the pump. A variable frequency type starter will be installed connected to the pump motor. The required electrical power will be 480/3/60. The pump package will include bypass relief system returning fuel to the top of the storage vessel. The pump discharge will connect to a valved header with ACME male connector and cap for connection of purchased supplied hose assembly. A 36 KVA Diesel Powered Electric Generator with associated interconnecting cables and controls will be provided to supply the required power to the Butane Supply System. CLIN 0002: 1 EA, Trailer for Skid Mounted Butane Tank Assembly. Rollingstar RS8.5X18TA3 Aluminum Open Car Hauler Trailer: 12,000 lb. GVWR, 81" between the wheels, "full deck" extruded aluminum floor, (2) stabilizer jacks, (4) 5,000 lb. rated "D" rings, LED lights built to North American DOT standards, 6-bolt aluminum wheel for 235/85/R16E tires, set of (4), 2-5/16" adjustable height ball coupler w/7,000 lb. drop leg jack, 3rd member tongue w/12" extension, (8) "D" ring, heavy duty 5,000 lb, Tie-down system under trailer, Installation of skid mounted butane tank assembly on trailer. CLIN 0003: 1 EA, Trailer for Electric Generator. Tandem-axle Design with Spring Type Suspension, H.D. Welded Steel Frame Construction, Formed Channel for Generator Mounting and Support, Replaceable, Bolt-on Hydraulic Brake Actuator, Surge Hydraulic-actuated Drum Brakes (all axles), Hydraulic Uni-servo Drum Brakes - 10-inch Cluster (allows 15-20% braking in reverse), North American D.O.T. Steel Brake Lines, Brass Tees & Rubber Hydraulic Brake. Hoses: 4-hole Channel Allows 3-position, Adjustable Coupler Height; 4-inches O/A, Tongue Mounted Swivel Jack with Flat Disc-foot (rated 2,000 pound lift), North American D.O.T. Approved Tail Lamps, Stop Lamps, Turn Signal Lamps, Side Marker Lights. PLEASE INCLUDE ANY SHIPPING CHARGES FOR ALL CLIN'S TO CONSOLIDATION POINT, NORFOLK, VA, 23511. Award shall be made in the aggregate, all or none EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A) TECHNICAL CAPABILITY - All offers must be compatible with the Kidde Firetrainer MA-500 Mobile Aircraft Fire Trainer. Certification must be provided with offer to ensure offered CLIN's are compatible with the Kidde Firetrainer MA-500 MAFT. B) PRICE - The price proposed by the offeror will be included as part of the evaluation. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.214-34 Submission of Offers in the English Language. FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - Central Contractor Registration. FAR 52.533-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.242-13 Bankruptcy. FAR 52.247-34 FOB Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Referece. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.204-7008 Export-Controlled Itemse. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contractor Modifications. DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.247-7022 Representation of Extent of Transportation by Sea. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to joseph.hoh@lajes.af.mil or fax to 011-351-295-57-3210 NO LATER THAN 21 SEPTEMBER 2010, 8:00 AM, EST. Point of contact is Joseph Hoh, SSgt, Contract Specialist, telephone 011-351-295-57-3696, joseph.hoh@lajes.af.mil. Alternate POC is Zane R. Rohwedder, MSgt, Contracting Officer, telephone 011-351-295-57-1468, zane.rohwedder@lajes.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N33Q0181A008/listing.html)
 
Place of Performance
Address: Lajes Field, Portugal
 
Record
SN02281686-W 20100916/100915000347-5d5d79b51b43ece47dcb1796ee75c166 (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.