|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1998 PSA#2184ACC Contracting Squadron, 130 Douglas Street, Suite 400, Langley AFB,
VA 23665-2791 48 -- COMBINATION PRESSURE REDUCING, SURGE CONTROL AND SOLENOID
SHUTOFF VALVE SOL F44650-98-T0242 DUE 092798 POC 2Lt. Misty Holder,
Contract Manager, 757-764-4775; Maj. Curtiss Stewart, Contracting
Officer, 757-764-4737 E-MAIL: Click here to contact Contracts Manager,
millicent.holder@langley.af.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. The
solicitation number is F44650-98-T0242. This solicitation is issued as
a request for quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-6 and Defense Acquisition Circular (DAC)
91-13. The standard industrial classification code is 3491-Industrial
Valves and the small business size standard is 500. This procurement
is being conducted as a total small business set-aside. This combined
synopsis/solicitation is for twenty-eight (28) each four (4) inch
combination pressure reducing, surge control and solenoid shutoff
valves equipped with opening and closing speed controls, CLA-VAL model
#90AF-4H-5A, or equal, identified in this RFQ as Line Item 0001. Each
four (4) inch combination pressure reducing, surge control and
solenoid shutoff valve is a normally closed solenoid/pilot operated
flow control valve, which is typically used for simple (single stage)
flow control at aviation fuel stands. The valve has five main features:
solenoid shutoff, pressure reducing, surge control, opening speed
control, and closing speed control. The valve is to be used with
components of the Scully Signal Company Single Point Overfill
Prevention System to be installed on aircraft fuel fillstands for the
purpose of monitoring and limiting the transfer of fuel between the
fillstands and aircraft refueling vehicles. More specifically, with
regard to use of the valve with the Scully system, the control signal
(120 VAC Hot) must pass through the two Scully Signal Company control
unit relay output contacts (located in the single compartment overfill
prevention control monitor, Scully model no. ST-15-ELK/D, part no.
08747; and the loading rack to refueler automatic self proving ground
system, Scully model no. ST-47-115-ELK, part no. 08220) and then to the
valve. When both the ST-15 and ST-47 are permissive, the valve will
open. When either the Scully sensor is wet (overfill condition) or the
ground to the refueler is lost, the valve will close. Alternately, if
the fillstand has a start/stop pushbutton station for a loading pump,
the control signal identified above is wired to this station (as a
slave device) rather than directly to the valve. In this case, when
both Scully units are permissive, the start/stop station will receive
control power (AC Hot signal). When the start button is pushed, the
pump will start and the control valve will open simultaneously.
Delivery of the valves must be made FOB Destination on or about 15 Oct
98 in various quantities to Beale AFB CA 95903-1716, Cannon AFB NM
88103-5320, Mountain Home AFB ID 83648-5414, Shaw AFB SC 29152-5125,
Barksdale AFB LA 71110-2284, Dyess AFB TX 79607-1793, Ellsworth AFB SD
57706, Whiteman AFB MO 65305, and Holloman AFB NM 88330. The Air Force
intends to conduct this procurement in accordance with FAR Part 12,
Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for
Certain Commercial Items. The following FAR provisions and clauses
apply to this procurement: 52.212-1, Instructions to
Offerors-Commercial Items; FAR 52.212-3, Offeror 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,
with paragraph (b), clauses (1), (2), (3), (5), (6), (7), (8), and (9),
checked; and 52.219-6, Notice of Total Small Business Set-Aside. The
following Defense FAR Supplement (DFARS) clauses and provisions apply
to this procurement: 252.212-7000, Offeror Representations and
Certifications-Commercial Items; 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, with paragraph
(b), clauses 252.225-7001, 252.225-7012, and 252.243-7002 checked;
252.204-7004, Required Central Contractor Registration; 252.225-7000,
Buy American Act-Balance of Payments Program Certificate; and
252.232-7009, Payment by Electronic Funds Transfer (CCR). Include
completed copies of the provisions at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items; DFARS
252.212-7000, Offeror Representations and Certifications-Commercial
Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments
Program Certificate with your quote. Upon request, the Contracting
Officer will make the full text of all the above mentioned clauses
available. Also, the full text of a clause may be accessed
electronically at these Internet addresses: FAR Clauses:
http://farsite.hill.af.mil/reghtml/far/52_toc.htm, DFARS Clauses
252.201 to 252.217:
http://farsite.hill.af.mil/reghtml/dfars/dfars52a.htm, DFARS Clauses
252.219 to 252.227-7020:
http://farsite.hill.af.mil/reghtml/dfars/dfars52b.htm, DFARS Clauses
252.227-7021 to 252.251:
http://farsite.hill.af.mil/reghtml/dfars/dfars52c.htm. Quotes submitted
for the specific brand and part number named in this notice shall be
evaluated on the basis of price offered. Award for the brand named item
will be made to the lowest priced offeror. Quotes submitted for brand
name equals shall be evaluated based on compliance with the operational
and compatibility requirements set forth in this notice and price
offered. Brand name equals must be existing items currently available
in the commercial market place. Offerors shall include the following
when proposing an equal to aid in technical evaluation: technical
description of the item being offered (i.e. product literature);
conclusive written evidence that the item is compatible with the Scully
system described herein and will serve the intended purposes without
modification; the terms of any express warranty, price, and discounts;
information describing past or present use of the item with the
Scully, or similar, system; and all other applicable information to aid
in evaluation of the item. The deadline for proposal submission is
1159pm Eastern Standard Time 27 September 98. Anticipated award date is
30 September 98. All responsible sources may submit offers for
consideration. Award will be made to the lowest priced, responsible,
responsive offeror who demonstrates compliance with the requirements of
this solicitation and all referenced clauses and whose offered product
is evaluated as providing the best value to the government on the
basis of the information submitted. Offerors shall include both unit
price and total price with their quote. Points of contact for this
acquisition are 2Lt. Misty Holder and Major Curtiss Stewart, who may be
contacted at phone (757) 764-4775 and (757) 764-4737 or fax (757)
764-9773. All quotes must be received at the ACC Contracting
Squadron/LGCT, Attn: Misty Holder, 130 Douglas Street 4th Floor Suite
402, Langley AFB, VA23665-2791, by mail or fax no later than the stated
deadline to be considered for award. Posted 09/17/98 (W-SN251407).
(0260) Loren Data Corp. http://www.ld.com (SYN# 0216 19980921\48-0005.SOL)
48 - Valves Index Page
|
|