Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
MODIFICATION

43 -- 20 HP Rotary Screw Air Compressors

Notice Date
8/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT901145A002
 
Archive Date
9/21/2011
 
Point of Contact
Zachary S. Bowens, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
zachary.bowens@travis.af.mil, josephine.cobb@us.af.mil
(zachary.bowens@travis.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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 F3ZT901145A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 05 Jul 2011, DPN 20110629, and AFAC 2011-0714. The North American Industry Classification System (NAICS) code is 333912. The business size standard is 500 employees. The Federal Supply Class (FSC) is 4310. The Standard Industrial Classification (SIC) is 3563. Requirement Description: 20 Horse Power Rotary Screw Compressors CLIN 0001: 20HP rotary screw compressor Capacity: 83cfm @ 125 PSIG; operating pressure 125 PSIG; Outlet size 1.0" NPT 52"x36"x42.5" Qty: 2 each CLIN 0002: Single point controller with programable sequence, schedule and pressure profile, priority sequence control with multiple Pressure profiles; real time programming, universal interface: 1 per compressor manages nirvana 7.5-40hp (5.5-30kW) VSD compressors, NEMA 12 /IP54 Enclosure, 50/60 Hz standard Qty: 1 each CLIN 0003: Breathing Air Purifier: 6 purification stages, inlet flow rate @ 7 bar g (100psi g) 40 I/s, 88cfm, Oulet Flow rate @ 7 bar g (100psi g) 33 I/s, 70 cfm complies with USA standard CGA G7.1-1997, OSHA grade D breathing air. Qty: 1 each CLIN 0004: Freight to Travis AFB. Qty: 1 lot CLIN 0005: Carbon Monoxide Monitor; Audio and visual alarms to indicate unsafe conditions; Lcd screen displays gas vapor concentrations; alarms for unsafe conditions. Tie new CO2 alarm into existing building CO2 alarm system. Existing CO2 system connection is located within 10 feet of purposed compressor installation. Qty: 1 each CLIN 0006: Breathing Air Calibration Kit. Qty: 1 each CLIN: 0007: Complete installation of equipment; all labor, equipment, to remove old compressor and dryer. Piping, fittings, hardware, and electrical to complete installation. Air Sampling and training on all equipment. Qty: 1 lot Award shall be made in the aggregate, all or none. 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 26 Aug 2011. The site visit is Scheduled for Wednesday 31 Aug 2011 at 0900 HRs local. Contractors are to meet in the Visitors Center parking lot adjacent to the Travis AFB Pass and Registration Center by 0840 HRs local to proceed to the site and will begin promptly at 0900 HRs local. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. The following provisions/clauses apply to this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-28 Post Award Small Business Program, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach, 252.225-7001 Buy Ameican Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.212-5 Contract Terms and Conditions (Deviation), 52.252-2 Clauses Incorporated by Reference. http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.204-7006 Billing Instructions (full text) 252.212-7001 Contract Terms and Conditions (Deviation), 5352.201-9101 Ombudsman, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to zachary.bowens@us.af.mil or fax to 707 424 2712 NO LATER THAN 06 Sep 2011, 12:00 PM, PST. If there are any questions they must be in by 03 Aug 2011, 2:00 PM, PST. Point of contact is Zachary S. Bowens, SrA, Contract Specialist, telephone (707) 424 7737, zachary.bowens@us.af.mil. Alternate POC is Ms. Josephine Cobb, Contract Officer, telephone (707) 424 7720, josephine.cobb@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT901145A002/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02545095-W 20110825/110823235046-3c2a695cdf9ab245c816b3bec789c7e5 (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.