Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2013 FBO #4166
MODIFICATION

41 -- Water Chiller

Notice Date
4/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0266
 
Archive Date
5/7/2013
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
4/19/2013 The response date has changed FROM: No later than 10:00 AM, Eastern Time on 19 April 2013 TO: No later than 4:00 PM, Eastern Time on 22 April 2013 4/17/2013 The response date was changed FROM: no later than 2:00 PM, Eastern Time on 17 April 2013 TO: no later than 10:00 AM, Eastern Time on 19 April 2013 This is a combined synopsis/solicitation for a power unit, a central, high-vacuum dust collection system to efficiently extract, transport, filter, and contain particulates, dust, smoke, fumes, and debris from grinding, sanding, finishing, welding, and other fume-producing applications. In accordance with the format in Federal Acquisition Requirements (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 for this requirement is FA8601-12-T-0266 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 28 FEB 2013. This acquisition is going to be a 100% small business set aside under North American Industry Classification System Code 333415. Size standard is 750. The AFLCMC/PZIO Operational Contracting Branch, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for a High Vacuum Dust Collection System. The requirements are as stated below: • Portable, single-unit chiller with caster wheels for indoor use • 5-ton (60,000 BTU/hr) cooling capacity • R-407C refrigerant only • Water-cooled condenser only • Process water pressure: 60 -75 psi • Process water flow: 25 - 35 gpm • Process water temperature: 20 to 65 F • Condenser water inlet temp max: approx. 50 F/ 10 C • Condenser water inlet pressure: 30-50 psi • Power requirements: 208/230v-3ф-60Hz • Max Dimensions: 50" L x 30" W x 40" H (designated lab space) • Max weight (full): 1000 lbs • Non-ferrous components on refrigerant side • PID controller for temperature • Fluid level gauge visible from outside • Alarms and/or gauges for following conditions o No or low flow of process water o Low refrigerant o Freeze protection o Tank level low Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. The Government's preferred method is online Representations and Certifications. This can be accomplished by registering in SAM at www.sam.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, phone, CAGE code, and Tax ID number 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping (FOB Destination) 7. Payment terms are Net 30 after delivery and acceptance 8. Applicable discounts 9. Timeframe that the quote is valid 10. Delivery Schedule 11. Warranty Information (if applicable). 12. Completed FAR 52.212-3, Representations and Certifications 13. Completed DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, -- Evaluation -- Commercial Items.. [Fill in portion of this clause is: Technical and Price] FAR 52-212-3, Representations and Certifications DFARS 252.209-7997 The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 4:00 PM, Eastern Time on 22 April 2013. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@wpafb.af.mil or send requested information to: AFLCMC/PZIOA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@wpafb.af.mil. 4/17/2013 The response date has changed FROM: no later than 2:00 PM, Eastern Time on 17 April 2013 TO: no later than 10:00 AM, Eastern Time on 19 April 2013 4/19/2013 The response date has changed FROM: No later than 10:00 AM, Eastern Time on 19 April 2013 TO: No later than 4:00 PM, Eastern Time on 22 April 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0266/listing.html)
 
Record
SN03041673-W 20130421/130419234925-2cecee2c9a838cabed0d6fca3cad0008 (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.