SOLICITATION NOTICE
44 -- BREATHING AIR DRYER
- Notice Date
- 9/7/2023 5:16:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- COMMANDER ALBANY GA 31704-0313 USA
- ZIP Code
- 31704-0313
- Solicitation Number
- M6700424Q0001
- Response Due
- 10/6/2023 2:00:00 PM
- Archive Date
- 10/21/2023
- Point of Contact
- George Tipton, Phone: 2296396418, Fax: 2296397330
- E-Mail Address
-
george.tipton@usmc.mil
(george.tipton@usmc.mil)
- Description
- SUBJECT: BREATHING AIR DRYER FEDERAL SUPPLY CODE: 44- Air Purification Equipment SOLICITATION NUMBER: M67004-24-Q-0001 SOLICITATION CLOSES:� 6 October 2023, 4:30 PM EST POINT OF CONTACT:� George Tipton III, Contracts Department, (Code MSCD), 814 Radford Blvd, MCLC, Albany, GA 31704-1128.� Telephone:� (229) 639-6418 EMAIL RESPONSES PREFERRED:� george.tipton@usmc.mil� This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is for Full and Open competition. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code: 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.��� Delivery: 814 Radford Blvd, BLDG 2200 Storeroom 8 Door N7 Albany GA 31704. F.O.B. Destination pricing is preferred.���������������� CLIN 0001:� Aircel BHD-250 Breathing Air System, Part Number: AG9977940, (4/Ea.), Machine must be capable of the following: Produces grade D breathing air Air Flow Rate 100 scfm Air Pressure 100 psig Desiccant drying media Dew Point Temperature -40 deg F Inlet Air Temperature 100 deg F Inlet Connection Size = 1 in Overall Depth 24 in Overall, Height 76 in Overall Width 30 in Digital carbon monoxide (CO) monitor/alarm; able to be calibrated 1 ?m element pre-filter with differential pressure gauge and drain valve 0.01 ?m rated activated carbon post-filter with manual ball valve 0.01 ?m element sub-micron final filter with differential pressure gauge and ball valve Electronic condensate drain Programmable controller Nema 4 control panel enclosure LED display indicating operation. Red alarm strobe light Pneumatically operated switching valves Tower switching alarm. Automatic piston valving Pressure gauges Fill and drain ports. 1� In. Sch. 40 piping Dual tower regeneration Purifies compressed air to breathable air. Two-year warranty CLIN 0002: Aircel BHD-100 Breathing Air System, Part Number: AG9977540, �(3/Ea.) Machine must be capable of the following: Produces grade D breathing air. Air Flow Rate 250 scfm Air Pressure 100 psig Desiccant drying media Dew Point Temperature -40 deg F Inlet Air Temperature 100 deg F Inlet Connection Size = 1-1/2 in Overall Depth 30 in Overall, Height 86 in Overall Width 46 in Digital carbon monoxide (CO) monitor/alarm; able to be calibrated. 1 ?m element pre-filter with differential pressure gauge and drain valve 0.01 ?m rated activated carbon post-filter with manual ball valve 0.01 ?m element sub-micron final filter with differential pressure gauge and ball valve Electronic condensate drain Programmable controller Nema 4 control panel enclosure LED display indicating operation Red alarm strobe light Pneumatically operated switching valves Tower switching alarm Automatic piston valving Pressure gauges Fill and drain ports 1� In. Sch. 40 piping Dual tower regeneration Purifies compressed air to breathable air Two-year warranty CLIN 0003 Shipping and Freight Charges. The following FAR/DFAR Clauses/Provisions apply: 52.212-2 -- Evaluation -- Commercial Items 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: Lowest priced, technically acceptable offer and evaluation of each supplier�s past performance history in CPARS for the FSC 6120 �� 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal ����������������� Confidentiality Agreements or Statements�Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 Central Contracting Registration. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors �������������� Debarred, Suspended, or Proposed for Debarment. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a ���������������� Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors�Commercial Items. 52.212-3(Alt 1) Offerors Representations and Certifications � Commercial Items. 52.212-4 Contract Terms and Conditions � Commercial Items. 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive ��� Orders- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35� Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3�� Protest After Award 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation 52.247-32 F.O.B. Origin, Freight Prepaid 52.252-1 Solicitation Provisions Incorporated by Reference: FAR | Acquisition.GOV 52.252-2 Clauses Incorporated by Reference: FAR | Acquisition.GOV 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 (Alt A) Central Contractor Registration Alternate A. 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors. 252.211-7003 Item Identification and Valuation. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments. 252.244-7000 Subcontracts for Commercial Items 252.246-7006 Warranty Tracking of Serialized Items. 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea. 52.252-1 Solicitation Provisions Incorporated by Reference� FAR | Acquisition.GOV 52.252-2 Clauses Incorporated by Reference FAR | Acquisition.GOV� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Offerors responding to this solicitation must be registered in the System for Award Management (SAM) https://sam.gov/content/home �to be considered for award. The United States Marine Corps utilizes (WAWF) as it�s ONLY authorized method to electronically process vendor requests for payment. Contractors must register and utilize Wide Area Workflow (WAWF) https://wawf.eb.mil/xhtml/unauth/home/login.xhtml The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. All responsible offerors may submit a quote which shall be considered. Email quotes and all of the above required information to the above P.O.C. All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67fa93cef993474c840a841aaae4fb46/view)
- Place of Performance
- Address: Albany, GA 31704, USA
- Zip Code: 31704
- Country: USA
- Zip Code: 31704
- Record
- SN06822553-F 20230909/230907230100 (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 |