Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
SOLICITATION NOTICE

42 -- HIGH PRESSURE BREATHING AIR COMPRESSOR

Notice Date
9/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W2B10260A001
 
Archive Date
10/9/2010
 
Point of Contact
Linda L Redding, Phone: 406-731-4015, Carolyn L Wood, Phone: 406-731-4019
 
E-Mail Address
linda.redding@malmstrom.af.mil, carolyn.wood@malmstrom.af.mil
(linda.redding@malmstrom.af.mil, carolyn.wood@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION HIGH PRESSURE BREATHING AIR COMPRESSOR MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W2B10260A001. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423850 with a small business size standard of 500 employees. (v) CLIN 0001 : Purchase and Install a Breathing Air Station - 1 Lump Sum (vi) The contractor shall provide all items, articles, materials, operations, or methods listed or mentioned for the proper installation of a breathing air station including all labor, materials, equipment, and incidentals. The requirement is for Brand name or equal per attached specifications (vii) Delivery shall be no later than 60 days after receipt of order. FOB: Destination, at: 341 MXG Bldg 1440 MALMSTROM AFB, MT. 59402-8780 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (x) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specifications. (ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. ORCA must be current at the time of award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiI) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 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 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.211-7003 Item Identification and Valuation 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program 252.232-7003 Electronic Submission of Payment Request 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 5352.201-9101 Ombudsman (Apr 2010) HQ AF Global Strike Command/A7K, 41 Orville Wright, Ste 202, Barksdale AFB, LA 71110-2415, 318-456-6336. 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii)Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) MALMSTROM L-514 - L-514 CONTRACTOR PASSES In accordance with procedures set forth in AFI 31-101_MWSUP 1 Oct 08: 1. Normal Installation Entry. Entry to MAFB requires possession and verification of approved identification credentials. Personnel without valid identification will be referred to the Visitor Control Center (VCC) located at the 2nd Avenue North Gate entrance. People who cannot be properly identified or sponsored will be denied entry. 2. Contractor Access: Upon award of a contract, the contractor awarded the contract will be issued a request for a Contractor Entry Authority List (CEAL) by the contract administrator. Upon receipt, the contractor must compile the information required for the CEAL and submit a completed CEAL to the contract administrator. Until this occurs, no employees will be permitted to enter Malmstrom AFB. 3. The contracting office approves the list and hand carries it to the Pass and Registration Section (341 SFS/S5B) for review. S5B personnel will compare the approving official's signature against a DD Form 577, Signature Card, or an appropriate letter on file at pass and registration. S5B then hand carries the submission to the 911 Dispatch Center. 4. A 911 dispatcher certified on the National Criminal Information Center system (NCIC) will run the contractor names through the NCIC for wants and warrants. The 911Dispatch Center will input all listed employees' names and data into the National Criminal Information Center (NCIC) database for a background check in accordance with Air Force directives. Unfavorable results from the background check will result in individuals being denied access to the installation, including, but not limited to, individuals that are determined to fall into one or more of the following categories: those having outstanding wants or warrants, sex offenders, violent offenders, those who are on probation, and those who are in a pre-release program. The definition of sex offender and violent offender can be found at Montana Code Annotated § 46-23-502. After the dispatcher completes the NCIC check, they will sign the letters and return them to S5B. Unfavorable results will be grounds for denial of entry. 5. Contractor personnel requesting a contractor pass will provide a picture IDto be verified against the Contractor EAL. Those employees, who clear the background check process, will be issued passes by S5B, located in Building 250, for the duration of the contract or one year, whichever period is shorter. For contracts lasting more than one year, including contract options, renewals and extensions, the contractor must repeat the above stated process on an annual basis. In addition, the process must be initiated for all new employees who are added to the CEAL after its initial submission. 6. Contractors are required to notify the contracting officer and S5B if an employee on a CEAL terminates his or her employment with the contractor or is involved in an incident that would result in unfavorable results from the background check including, but not limited to, those identified in paragraph 4 above. If a contractor terminates an employee, it is incumbent upon the contractor to ensure that the employee's access badge is returned to the Pass and Registration office. If they are unable to retrieve the pass, they will contact S5B with the employee's information. S5B will then contact the installation entry control points and have them retrieve the pass if the person attempts to re-enter the base. In the case of a missile field contractor the S5B will contact Keys and Codes Control Center. 7. Retired military members and dependents of active duty or retired military members who are contractor employees must use their contractor's pass when entering Malmstrom AFB for the performance of contract services. Under no circumstance will retired military members or dependents of active duty or retired military members vouch contractor personnel onto the installation utilizing their Armed Forces Identification Card. All DoD contractors who have been issued a Common Access Card will be allowed to sign people onto the installation. 8. Violations of the stated entry procedures will be considered a breach of contract and the contracting officer will take appropriate action in accordance with the contract. Repeated or flagrant violations of this policy may result in termination of the contract for default. Contractor/vendor passes are for granting access to the installation for the sole purpose of employment. These passes do not permit access to or usage of government facilities or services (i.e., gym, service station, and dining hall.) However, during contractor/vendor "duty hours," the Burger King, Base Exchange Bowling Alley and Grizzly Bend Club eateries may be utilized. 9. Local delivery companies (e.g., food, furniture, appliances) will submit a letter to the 341 SFS Pass and Registration Section containing the name of the company, the driver's name(s), date of birth, driver's license number and vehicle information. All information will be cross-checked against the installation barment and revocation list and the NCIC via the 911 Dispatch Center prior to approval. A copy of the letter will be maintained in the possession of the driver requesting entry. If the driver does not possess a letter, he/she will be directed to the VCC where an AF IMT 75, Visitor/Vehicle Pass, will be issued after verification of the delivery has been made through the on-base residence sponsor. 10. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or log, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (xv) DPAS Rating does not apply to this acquisition. (xvi) Quotes are required to be received NO LATER THAN 2:00 P.M. MST, Friday, 24 September 2010. All quotes must be emailed to linda.redding @malmstrom.af.mil or faxed to (406) 731-4005 to the attention of Linda Redding. Please follow-up quote submission with a phone call to ensure receipt. (xvii) Direct your questions to Linda Redding at (406) 731-4015 or e-mail address linda.redding @malmstrom.af.mil or Carolyn Lippert Wood at (406) 731-3586 or e-mail address carolyn.wood@malmstrom.af.mil. Specifications for Breathing Air Center Vendor shall provide one (1) Brand Name or Equal Mako Breathing Air Module Compressor Package Model BAM06HE1, one (1) Brand Name or Equal Mako SCUBA Containment Fill Station Model SSCFS3-3HP, one (1) Brand Name or Equal Mako ASME Air Storage System Model TM5003HPCAS, three (3) 10' HP flex hoses for fill station to air storage, one (1) 15' HP flex hose for compressor to fill station, one (1) Modular Integration Kit, all as defined in the specifications below: Brand Name or Equal Mako Breathing Air Module Compressor Package Model BAM06HE1: *Storage cylinders must meet ASME standards *Unit must be able to fill SCBA and SCUBA bottles *Must be able to fill (3) bottles simultaneously, minimum *Only one technician will be required to service both MXG and Fire Dept. in one trip. Saves travel expense from having another technician come from a different company. *Compressor must be detachable from filling station. Specifications for Mako Breathing Air Module Compressor Package Model BAM06HE1, Mako SCUBA Containment Fill Station Model SSCFS3-3HP, Mako ASME Air Storage System Model TM5003HPCAS : Mako Breathing Air Module Compressor Package Model BAM06HE1: Four-stage air-cooled compressor. 14.0 cfm charge rate at 6000 psi driven by a 10 hp 230V/60Hz/1 phase motor. MK2C purification system. Gauge panel including high air temperature warning light, low oil pressure warning light, high air pressure light, Emergency stop button. Enclosed and insulated cabinet with hinged and removable access doors. CO monitor with calibration kit. Mako SCUBA Containment Fill Station Model SSCFS3-3HP: Three position front-loading containment fill station. Latching front door with safety interlock. Three fill whips with isolation valves, bleed valves, and SCBA fill adapters. Fill panel including regulator with inlet and outlet gauges, fill control valve and gauge, three bank cascade control with "to"/"from" valves, bypass valve, regulated auxiliary outlet. Certified to contain a rupture of an 80 cf cylinder pressurized to 5000 psi. Mako ASME Air Storage System Model TM5003HPCAS: Total storage capacity of 1443 cubic feet of air. Service, bleed and relief valves on each bottle. Interconnecting piping to allow for cascade operation. Self-standing vertical inline rack. Modular Integration Kit: Bolt-on guide pieces to assist in attaching components together. Removable center module on casters (hose reel compartment).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W2B10260A001/listing.html)
 
Place of Performance
Address: 341 MXG, Bldg 1440, Malmstrom AFB, Montana, 59402-6863, United States
Zip Code: 59402-6863
 
Record
SN02292255-W 20100924/100922235117-380da879b680d0707bae5e8f356e66a4 (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.