DOCUMENT
99 -- Pad-mounted CO2 “Cardox” Fire Extinguishing System - Attachment
- Notice Date
- 8/20/2013
- Notice Type
- Attachment
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-620 CT - William J. Hughes Technical Center (Atlantic City, NJ)
- Solicitation Number
- 14927
- Response Due
- 8/28/2013
- Archive Date
- 8/28/2013
- Point of Contact
- Kimberly Proko, kimberly.proko@faa.gov, Phone: 609-485-5726
- E-Mail Address
-
Click here to email Kimberly Proko
(kimberly.proko@faa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The following requirement is set-aside for SEDB 8(a) Small Business Concerns, however other offers may be considered based on the tiered evaluation described below. The FAA is hereby soliciting quotes for the following requirement: Pad-mounted CO2 Cardox fire extinguishing system that meets the requirements below: Quantity: 1 1. 4 to 6 ton capacity CO2 storage tank with level gauge. A. Tank to have industry standard fill ports capable of accepting tanker truck filling hoses. B. Tank to have adequate insulation to prevent loss of product due to boiling off in the event of periodic power loss of refrigeration unit. 2. Integrated refrigeration unit capable of cooling stored CO2 product for prolonged periods A. Unit must contain environmentally compatible refrigerant B. Unit must be powered by 208 V.A.C. 3. Integrated bottle filling station located inside the main test facility for the purposes of manually filling hand-held CO2 extinguishers. A. manual fill station to have adequate controls for the purposes of safely filling small and medium-sized handheld extinguisher bottles. Specification Details: 1. Existing CO2 storage tank must be removed. The existing concrete pad is suitable for placement of the new storage tank. 2. New storage tank will be plumbed to existing piping located at facility. Existing external piping will be inspected for corrosion and replaced as necessary. 3. New integrated refrigeration unit will be wired to existing 208 V.A.C. service at pad. 4. Control panel for activation/discharge of CO2 currently located in control room of test facility. This control panel can be re-used if needed, or a suitable new panel may be installed. Items will be shipped to the following address: Delivery Location Code: N6942K7M 6942K7 DOT FAA ANG E21 Fire Safety Branch Bldg. 204 William J. Hughes Technical Center Atlantic City, NJ 08405 The FAA will not pay for any information received or costs incurred for preparing responses to this announcement. Therefore, any costs associated with a response to the RFQ are solely at the interested vendor's expense. A tiered evaluation of offers will be used in source selection, and offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received. The tiered order of precedence is (descending in order): (1) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program. (2) Service-disabled veteran owned small business (SDVOSB); (3) Very small business; (4) Small business; and (5) Other than small business. Once offers are received, the CO will evaluate a single tier of offers according to the order of precedence specified above. If no award can be made at the first tier, the evaluation will proceed to the next lower tier until award can be made with ample competition. The North American Industry Classification System (NAICS) code for this requirement is 423990, Fire Extinguishers Wholesaler. Vendors must complete the attached Business Declaration Form and return with quote submittal. All potential vendors must be registered in the SAM Registry website (https://www.sam.gov/portal/public/SAM/) for consideration of this award. OFFERS ARE DUE NO LATER THEN Tuesday, August 27, 2013, 12:00 pm (Eastern Time). OFFERS RECEIVED AFTER THAT DATE WILL NOT BE CONSIDERED. Offers must provide quote with pricing and proposed delivery schedule. All submittals must be directed to: kimberly.proko@faa.gov If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14927 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/14927/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/33472)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/33472
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/33472)
- Record
- SN03154877-W 20130822/130820235236-f0d19e8afa6d957f9155b828542c842f (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 |