Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

43 -- AFICA 30 Hp Compressed Air System - Statement Of Work

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-17-Q-0022
 
Archive Date
9/15/2017
 
Point of Contact
Ramnarine Mahadeo, Phone: 6097545917, Christine T. Lehtinen, Phone: 6097544713
 
E-Mail Address
ramnarine.mahadeo.1@us.af.mil, christine.lehtinen@us.af.mil
(ramnarine.mahadeo.1@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination FAR clause 52.212-3 Alternate I Security Forces Appendix Medical Statement to contractors Statement of Work COMBINED SYNOPSIS/SOLICIATION 30 Hp Compressed Air System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0022 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as small business set-aside. The North American Industrial Classification System Code is 333912 Air and Gas Compressor Manufacturing, with a small business size standard of 1000 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Supply and deliver 3 Air Compressor Systems in accordance with the statement of work (SOW). $_____________ CLIN 0002 - Installation Labor & Materials. $_____________ NOTE: Due to the funding constraints the supply and installation must be completed by 30 September 2017. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) SITE VISIT INFORMATION: A site visit will be available on Aug 16th 2017 at 0900 EST in Bldg. 1837 on McGuire Air Force Base. If you do not have access to the base please provide the below information to the following email address: ramnarine.mahadeo.1@us.af.mil Personal Information needed for access to base: - Name - Company Name - Full Social Security Number - Date of Birth. QUOTES DUE DATE: All quotes are due no later than 2:00 PM EST 30 Aug 2017. Quotes may be emailed to Ramnarine.Mahadeo.1@us.af.mil QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) evaluation/award process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this documentation will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. ATTACHMENT: Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.228-5 Insurance - Work on a Government Installation 52.252-1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.225-7048 Export - Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments, 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Suspended, or Proposed for Debarment. 52.222-3 Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. 52.219-6, Notice of Total Small Business Set-Aside 52.222-55 Minimum Wages under Executive Order 13658 ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. ATTACHMENTS: 1. Statement of Work 2. Medical Statement 3. Security Forces Appendix 4. Federal Acquisition Regulation 52.212-3, Alternate 1 5. Wage Determination STATEMENT OF WORK 1. DESCRIPTION OF SERVICES: The contractor shall provide and deliver and install three Compressed Air System for aircraft maintenance. 2. The compressed air system must meet or exceed the following requirements: a. Factory mounted receiver tank and refrigerated air dryer to provide continuous compressed air consumption of 120PSI max per outlet (9 outlets). b. The Units CFM must meet or exceed 120CFM @ 120 psi c. Unit must be able to/have: (1) Rotary Screw type/Belt design to prevent issues with operations due to dust build up on the unit. (2) Single Stage operation or better (3) Unit must be able to remain cooled during operations, while not adding any additional waste streams to the facility. Air-Cooled unit is preferred (4) Must be able to withstand 24-7 operation (5) Units electrical systems that meet Class I, Division 1(Zone 1) d. Electrical/Voltage requirements must meet 460 volts /3 phase /60 hertz, 30 horse power drive system e. Must not weigh more than 1500 pounds f. Must be able to utilize/connect to existing facilities discharge piping (varies 1/2", 3/4" and 1") to provide compressed air. g. Must be able to extract condensate from the compressed air. h. Must have an integrated refrigeration air dryer system i. Must have a Motor enclosure system that lowers the decibel levels within normal hearing levels (level that does not support hearing loss) 1.2 Contractor will provide on-site operation training. 1.4 The Contractor must move/ place and install all three units/air compressors within building 1837 and must meet current federal/state/local electrical and building specifications/regulations. 1.5 Contractor will be responsible to ensure all three units are safely installed within facility. Units must rest upon a foundation that will not allow unit to move during operation. Air Compressors must be hard mounted to the facility while also maintaining the ability to be removed in the event of a complete unit replacement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-Q-0022/listing.html)
 
Place of Performance
Address: BLDG 1837 JBMDL McGuire, McGuire Dix Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04624870-W 20170813/170811231843-9af86f70b05b06e6e6984d3dfac46b6f (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  © 1994-2020, Loren Data Corp.