Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2004 FBO #1038
SOLICITATION NOTICE

Z -- F6MSCF41832700-Air Compressor Main.

Notice Date
9/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-F6MSCF41832700
 
Response Due
9/30/2004
 
Archive Date
10/15/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) bidders must bid on all or none basis. Or equal items are allowed and will be reviewed; bidder must be an authorized reseller of items, offering same or better warranty and service as company where items originated. Submit written offers (oral offers will not be accepted), on RFQ: F6MXCF41832700. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFARS Change Notice 20030722, Standard Industrial Code 8340, North American Industry Classification System Code 811310 and Size Standard of $6,000,000.00 employees apply to this procurement. The contractor will provide the following service: One year maintenance contract for 9 interconnecting breathable air compressor units. STATEMENT OF WORK FOR PREVENTIVE MAINTENANCE AIR PURIFICATION EQUIPMENT, BLDG 829 SCOPE OF WORK The contractor shall be held responsible for performing preventive maintenance activities on all nine units of the breathable air system equipment listed in the table below. Additionally, within the table below are each manufacturer's make, model number/type, manufacturer's manual, and page location for specific preventative maintenance. The preventative maintenance contract shall cover a period of one full year of service for all nine units. Note: In the future, should additional breathable air equipment be installed in building 829 (other than what has been listed below) that it may be approved and coordinated through the designated government point of contact. Ingersoll-Rand, 60 hp rotary screw compressor, IR APDD 152C-87, pages 32 to 34, Model SSR-EP60, Serial number CA2224U01282; Ingersoll-Rand, Refrigerated air dryer, IR Air Dryer Models TS 50 to TS 3000, Model TS 325, Serial DR10011720-091801, Maintenance manual, section 4, pg 9, Para 4.1; Ingersoll-Rand, 10 hp oil-less air compressor, IR SCD-614, pg 6-2, Para 6-3,Model OL10E10, Serial number 0110090326; Del-Tech,Pyramid 8000 refrigerated air dryer, DelTech bulletin 289, manual pgs 10-20, Model 8DM25-A, Serial number OMBA1012; Ingersoll-Rand ** 25 hp oil-less air compressor **, IR SCD-764B, section 6, pgs 6-2 to 6-5,** Model OL25X25, Serial number 0207110098 **; Del-Monox, 2 each Air Purification Systems, DelTech manual, table 5, pgs 8 to 19, Model 5S13, Serial number 1180694-1(1 unit is located in the fuel hangar and the other is located in the corrosion control work center); Del-Monox,Air purification system, DelTech manual, table 5, pgs 8 to 19,Model 7W13, Serial number 1185760-1; Comp-air, 75 hp reciprocating compressor, Comp-air V300 series manual 20160-1791, Model V300DA-B, Serial number E055-1007; Comp-air,Refrigerated air dryer, Comp-air CTD 15-2000 series manual,Model CTD400, Serial number 2000004094 section H, pg 12; REQUIREMENTS The contractor shall provide all management, labor, material, equipment, tooling, certifications, licenses, and other items and services as necessary to perform all manufacturer-prescribed preventive maintenance specifications for the nine units listed below, at building 829, Lackland Air Force Base, in accordance with all Federal, State, and local laws and regulations. All equipment being serviced will insure that the Fuel System Personnel meet 29 CFR 1910.134 -m Paragraph (i)(4)(ii) requirements of grade D OSHA breathable air. The safety and the health of all Fuel System personnel is paramount. B. The contractor shall provide and replace all consumable/expendable supplies using standard industry materials (including, but not limited to filters, fluids, lubricants, internal compressor valves, pressure relief valves, and shutoff valves). Additionally, all maintenance requirements shall be performed upon the award of the contract, thereafter, according to the recommendation of the manufacturer's maintenance manuals. C. The contractor shall test, clean, and visually inspect as required in accordance with the manufacturers' latest published maintenance manuals and industry standards. D. The contractor shall be responsible for supplying, replacing, and disposing of all hazardous materials off base, in accordance with local, state, and federal laws, regulations, and guidelines. The contractor shall report all spills or leaks of hazardous materials IMMEDIATELY to Richard Cordova, (Facility Manager), (210-925-5317 or 925-5667) or other Government authority on site, and shall perform clean-up in accordance with all state, local, and federal regulations governing the use and handling of hazardous materials. The Lackland AFB Spill Prevention and Response Plan, Section 10, will be provided upon request. E. All work shall be accomplished by qualified personnel. F. The contractor shall report all maintenance performed and all findings regarding repairs required that fall outside the scope of preventive maintenance to the designated Government point of contact(s), to be identified upon award of purchase order. 2. HOURS OF OPERATION. All work shall be accomplished from 7:30 A.M. to 4:30 P.M., Monday through Friday, except for federal holidays. Schedule all visits with the designated Government point of contact. In cases where service is based on hours of equipment usage, the contractor will be notified by the designated Government point of contact. 3. CLEAN UP. The contractor shall perform all clean-up each day, and upon completion of work, to the satisfaction of the designated Government point of contact. The contractor shall dispose of all waste materials and trash at an off-base appropriate site, IAW all federal, state, and local laws and regulations. 4. INSPECTION. Basic inspection of all work will be performed by the facility manager, SMSgt Richard Cordova, or other designated point of contact. 5. REPAIR. Any work outside the scope of the preventive maintenance specified in the manufactures' manuals is NOT covered under this contract. The contractor shall note any needed repairs when reporting maintenance performed and findings to the designated Government point of contact. No repair work is authorized or funded under this contract. For questions regarding the products, e-mail them to cami.mercado@lackland.af.mil The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, apply to this solicitation. 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. Technical Capabilities, past performance, delivery, and warranty are equal to price in importance. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-48. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Award will be based on lowest priced, responsible offer. The Government intends to evaluate and award without discussions on this procurement. Quotes must be mailed to POC: SSgt Cami Mercado at 37 CONS/LGCBC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to 210-671-5064, or E-mailed to cami.mercado@lackland.af.mil - Quotes are required to be received no later than 1500 PM CST, 30 Sep 2004. Service is to begin 1 Oct 04.
 
Place of Performance
Address: bldg 829, Lackland AFB, TX
Zip Code: 78236
Country: USA
 
Record
SN00682573-W 20040929/040927211841 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.