Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

68 -- Liquid Helium & Liquid Nitrogen

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0066
 
Archive Date
1/5/2011
 
Point of Contact
Karen J. Gibson, Phone: 9375224508
 
E-Mail Address
karen.gibson@wpafb.af.mil
(karen.gibson@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LIQUID HELIUM AND LIQUID NITROGEN This is a combined synopsis/solicitation for a commodity prepared in accordance with the format of FAR Subpart 12.6 and supplemented with additional information included in this notice. The announcement constitutes the only solicitation and the official request for proposals. A written solicitation will not be issued. This request is issued under Simplified Acquisition Procedures and has only one line item. This requirement is categorized under the NAICS 325120 and is SET ASIDE FOR SMALL BUSINESS CONCERNS ONLY. For consideration as a small business, a contractor must have 1,000 or fewer employees. The government anticipates a firm fixed price award as a result of this solicitation. The requirement is for approximately 2500 litres of liquid Helium, 60,000 litres of liquid Nitrogen, new repair kits for repairable valves as needed, new valves, new gauges and installation labor. Liquid Helium and liquid Nitrogen shall be delivered in customer owned Dewars to Area B of Wright Patterson Air Force Base on a weekly basis and more frequently as needed. Only Dewars that are 100% depleted shall be replaced. Deliveries of full Dewars shall take place on Mondays between 7 AM - 11 AM from 27 Dec 2010 to 26 Dec 2011. If Monday is a holiday, delivery shall occur on the following business day. The contractor shall be required to obtain access to Wright Patterson Air Force Base. The liquids shall be priced per litre, the new repair kit per one kit, the valves per one valve, the gauges per one gauge and the labor per hour. All charges for delivery, Hazmat and fuel surcharges MUST BE included in the proposed price/litre of the liquids. The pricing format below is suggested. Proposals that do not address each element of the price shall be rejected. Evaluation of the proposals shall be based on LOWEST PRICE. The vendor submitting the winning proposal shall be required to be registered in the Central Contractor Register CCR prior to the award of the contract. Proposals shall be submitted on company letterhead to Karen Gibson of ASC/PKOB at Karen.Gibson@wpafb.af.mil or to ASC/PKOB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309. Liquid Helium _______ / litre x 2500 litres = _______________ Liquid Nitrogen _______ / litre x 60,000 litres = _______________ New Repair Kit _______ / kit New Valve _______ / each valve New Gauge _______ / each gauge Labor _______ / hour x estimated # hours/ year = ______________ Delivery _______ / delivery x 48 deliveries = ______________ Hazmat _______ / year = ______________ Fuel Surcharge _______ / delivery x 48 deliveries = ______________ Total Proposed Price for one year of liquid Helium and liquid Nitrogen = ______________ The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price.] 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside (June 2003); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2009); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009); - 52.225-3 Alternate I (Jan 2004); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By the Government of a Terrorist Country (Dec 2006) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program Alternate I (Jul 2009) - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002); and - 252.247-7023 Alternate III (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] 5352.223-9001 Health and Safety on Government Installations (Jun 1997); and 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Proposals shall be accepted until 2:00 PM Eastern on 21 December 2010. Please contact Karen Gibson at (937) 522-4508 with questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0066/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45458, United States
Zip Code: 45458
 
Record
SN02340144-W 20101209/101207234302-f9e3a98224b4acb15e72e78e88fcc026 (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.