Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

44 -- Air dryer with installation

Notice Date
5/23/2023 9:06:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-23-Q-7100
 
Response Due
6/7/2023 9:00:00 AM
 
Archive Date
06/22/2023
 
Point of Contact
Megan McCauley, Phone: 7122330514, Mark A. Crombie, Phone: 7122330513
 
E-Mail Address
megan.mccauley@us.af.mil, mark.crombie.1@us.af.mil
(megan.mccauley@us.af.mil, mark.crombie.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation, W50S72-23-Q-7100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02, effective 16 March 2023. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 333415 and the small business size standard is 1,250 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation: Required Line Items: 0001 � AIR DRYER - Quantity: 1 EACH - Refrigerated air dryer used in a corrosion control facility for painting and sanding aircraft, air cooled, minimum 500 CFM flow rate, 2� � 3� air inlet, auto off during periods of low demand, moisture separator trap, auto drain valve, control panel, 3 phase, 460 VAC. Unit must be capable of operating in an ambient air temperature with an accompanying air inlet temperature of a 120 � 130 degrees Fahrenheit. 0002 � COMPRESSOR MOVE FOR AIR DRYER INSTALL, EXISTING AIR DRYER REMOVAL, AND NEW AIR DRYER INSTALLATION - Quantity: 1 EACH - The existing air dryer is located behind an air compressor with limited access space. In order for the existing air dryer to be removed and the new air dryer installed, the existing compressor may need to be either moved to the side of the room or completely removed. The compressor is currently bolted to the floor and hard-wired for electrical, plumbing and mechanical connections. All work required to relocate/move the existing air compressor is the responsibility of the contractor. Once the EXISTING air dryer is removed and the NEW air dryer is in place, installed, and ops checked, the compressor will need to be reinstalled (if removed) to the same conditions that existed prior to removal. A site visit in order to organize logistics will be facilitated upon request. SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley and SMSgt. Mark Crombie, no later than 10:00 AM Central on Friday, 02 June 2023. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at: 185ARW/MSC ATTN: MSgt Megan McCauley 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to megan.mccauley@us.af.mil� and mark.crombie.1@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/116bb15ff24a4416861bfd7acef6689f/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN06691910-F 20230525/230523230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.