Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2016 FBO #5432
SOLICITATION NOTICE

41 -- (2) each Cryomech LNP20 Liquid Nitrogen Plants or their functional equivalent/Brand or Equal)

Notice Date
10/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-17-Q-0001
 
Archive Date
11/4/2016
 
Point of Contact
ANGELA HARRIS, Phone: 2568423303
 
E-Mail Address
angela.m.harris.civ@mail.mil
(angela.m.harris.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must be able upon request to provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-17-Q-0001 is set aside 100 percent for Small Business. The corresponding NAICS code for this procurement is 333415 with a small business size standard of 1250 employees. The US Army Contracting Command-Redstone is soliciting quotes for the purchase of the following of two (2) each Cryomech LNP20 Liquid Nitrogen Plants or their functional equivalent. The following properties must meet or exceed those of the Cryomech system: a) Liquid nitrogen production rate: ≥ 20 liters/per day b) Nitrogen output pressure: 22 psi output pressure c) Nitrogen purity: 98% d) Dewer capacity: 100 liters e) Fully automatic liquid nitrogen level indicator f) Provide filters and replacement parts for three (3) years continuous operation. g) Compatible with Julabo FL20006 water chiller system. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.219-6, Notice of Total Small Business Set Aside; Clause 52.222-50 Combating Trafficking in Persons; Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-18 Availability of Funds; Clause 52.232-39, Unenforceability of Unauthorized Obligations; Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Clause 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL, 35898. Payment will be made via Wide Area Workflow. As a result, the prospective awardee will have to have an assigned cage code and active profile in the System for Award Management (www.sam.gov) before a purchase order can be fully executed. Responses are due no later than 16:00 PM (local time), 20 October 2016 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. The submitted quote shall also specify the shipping timeframe after receipt or order. Oral communications are not acceptable in response to this notice. An electronic quote is preferred, but a faxed quote will also be accepted. Any emailed response should be submitted to: angela.m.harris.civ@mail.mil. Any facsimile response should be sent to and marked to the attention of Angela Harris.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71d275a3caa8ac433b1da91eadfead71)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04298227-W 20161007/161005234110-71d275a3caa8ac433b1da91eadfead71 (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.