Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOLICITATION NOTICE

66 -- Cryogenic Sampler

Notice Date
12/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0CY1327AG01
 
Archive Date
1/23/2012
 
Point of Contact
Tahnee L. Yon, Phone: 8508824080
 
E-Mail Address
tahnee.yon@eglin.af.mil
(tahnee.yon@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AAC/PKOBB, Eglin AFB., Florida intends to solicit and award a firm-fixed price contract for the purchase of a CRYOGENIC SAMPLER SYSTEM at Eglin AFB., Florida. CLIN 0001: (1 each) Cryogenic Sampler System CLIN 0002: (3 each) Extra Sample Cylinder assembly to include TPED bottle REQUIREMENTS: Requirements for the Liquid Oxygen sampler needed to support DT&E of the Guardian Angel Integrated Oxygen System (GAIOS) 1. System must be capable of collecting at least four (4) separate LOX samples 2. System sample container must be capable of allowing the LOX sample to vaporize 3. Sample volume of the system must be ≥ 100 standard liters (referenced to 70°F and 1 Atm.) 4. Sample cylinders of the system must have suitable shipping containers to support shipment via an authorized hazardous materials ground delivery service to and from an analysis laboratory. 5. System must comply with MIL-S-27626 or U.S. Department of Transportation Emergency Requirements 49 CFR Part 172.201 and Part 172.605. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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 announcement number is F1T0CY1327AG01. The North American Industry Classification System (NAICS) code for this acquisition is 336413 with a size standard of 1000 employees. This is 100% Set-aside for small business concerns. Please identify your business size in your response based upon this standard. Award will be made on the lowest price technically acceptable basis (IAW FAR 15.101-2). Quotes must include: 1. Shipping Costs FOB Destination to Nellis AFB, NV 2. Point of Contact (name, phone and e-mail address) 3. Delivery Schedule 4. CAGE & DUNs The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-54 effective 2 December 2011. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offers-Commercial Items and any addenda to the provisions; (JAN 2008) FAR 52.212-2, Evaluation- Commercial Items; (JAN 1999) Technical capability is more important than price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; (JULY 2009) (Offerors must submit a complete copy with their offers. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; (MARCH 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items; (JUNE 2009), incorporating the following: • 52.219-8, Utilization of Small Business Concerns; • 52.222-3, Convict Labor; • 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for 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; • 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-18, Availability of Funds (APR 1984); • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.247-34, FOB Destination (NOV 1991) FAR 52.233-2, Service of Protest; (SEPT 2006) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; (OCT 1995) FAR 52.223-11, Ozone-Depleting Substances; (MAR 2001) FAR 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 assesses electronically at this address: http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Applicable to Defense Acquisitions of Commercial Items; (JAN 2009) DFARS 252.225-7001, Buy American Act and Balance of Payment Program; (JAN 2009) DFARS 252.232-7003, Electronic Submission of Payment Report; (MARCH 2008) DFARS 252.247-7023, Transportation of supplies by Sea, with Alt III; (MAY 2002) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; (APRIL 2003) DFARS 252.247-7023, Transportation of Supplies by Sea; (MAY 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov ) before award can be made. All responses must be received no later than 07:00 P.M., Central Time on 8 January 2012. The quote is at the discretion of the offeror. Send all packages to Tahnee Yon by e-mail at tahnee.yon@eglin.af.mil or Fausto R. Fernandez, Contracting Officer, email at Fausto.fernandez@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CY1327AG01/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada, 89191-6566, United States
Zip Code: 89191-6566
 
Record
SN02645223-W 20111225/111223233825-d21c5d23186f99caf45c32a9e88b209b (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.