Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1999 PSA#2381

United States Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791

48 -- TO PURCHASE CLA-VAL VALVES OR EQUAL SOL F44650-99-Q0094 DUE 072399 POC Robert Pryor III, Contract Manager, Phone (757) 764-4775, Fax (757) 764-9773, Email robert.pryor@langley.af.mil -- Tina Pettyjohn, Contract Manager, Phone (757)764-4187, Fax (757)764-9773, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F44650-99-Q00 94&LocID=206. E-MAIL: Robert Pryor III, robert.pryor@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. 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 and Defense Acquisition Circular at the time of this RFQ. 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 fifteen (15) 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 150lb flanged globe, or equal, identified in this RFQ as Line Item 0001. The valves must be single-seated globe type, diaphragm actuated, hydraulically operated valves. Valves shall consist of three (3) major components: the valve body, valve cover, and diaphragm assembly. The diaphragm assembly shall be the only moving part. In the event of diaphragm failure, valve shall fail closed against flow, unless otherwise indicated. The main valve shall be drip-tight when closed. Each valve shall have an external indicator to show the position of the valve disc at all times. Control valves shall be shipped from the factory as a complete assembly with valve. Materials which come in contact with the fuel shall be resistant to the effects of and not harmful to aircraft engine fuel and shall be aluminum or stainless steel unless noted otherwise (High level shut-off valve bodies shall be electroless nickel plated ductile iron). 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 push button 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 7 Sep 99. A total of fifteen (15) valves will be delivered to two locations. Eleven (11) valves will be delivered to Nellis AFB NV 89191-7227. Four (4) valves will be delivered to Moody AFB GA 31699-1794. 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), (3), (5), (6), (7), (11), (12), (13), (14), (15), and (22) are 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. 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 any 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 252.214: http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htm DFARS Clauses 252.215 to 252.219: http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses 252.220 to 252.226: http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses 252.227 to 252.231: http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses 252.232 to 252.236: http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses 252.237 to 252.245: http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses 252.246 to 252.251: http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.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 4:00 pm Eastern Standard Time 1 August 99. 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. All quotes must be received at the ACC Contracting Squadron/LGCT, Attn: 1Lt Pryor, 130 Douglas Street 4th Floor Suite 402, Langley AFB, VA 23665-2791, by mail or fax (757) 764-9773, no later than the stated deadline to be considered for award. Posted 07/01/99 (D-SN349318). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0311 19990706\48-0001.SOL)


48 - Valves Index Page