SOLICITATION NOTICE
43 -- Air Compressor
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2P2R11175AG02-Compressor
- Archive Date
- 9/24/2011
- Point of Contact
- Jesse J. Jacobson, Phone: 01638522165, Alan Rose, Phone: 01638522371
- E-Mail Address
-
jesse.jacobson@lakenheath.af.mil, alan.rose.gbr@lakenheath.af.mil
(jesse.jacobson@lakenheath.af.mil, alan.rose.gbr@lakenheath.af.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: Combined Synopsis/Solicitation Solicitation Number: F2P2R11175AG02-Compressor Posted Date: 15 August 2011 Original Response Date: 09 September 2011 Classification Code: 4310-Pumps & Compressors Set Aside: N/A NAICS Code: 333912- Air and Gas Compressor Manufacturing Contracting Office Address Department of the Air Force, United States Air Force Europe. 48 CONS/LGCA - Lakenheath, RAF Lakenheath Unit 5070 Box 270 RAF Lakenheath, UK, 09461-0270. Description COMBINED SYNOPSIS/SOLICITATION - Air Compressor I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. II. This solicitation, RFQ Ref. # F2P2R11175AG02-Compressor, is issued as a request for quotation. Or equal product proposals will be accepted and evaluated. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code associated with this requirement is 333912- Air and Gas Compressor Manufacturing. V. This combined synopsis/solicitation is for the following commodities: CLIN 0001 - - Compressor, 1 Lot CLIN 0002 - - Oil/Water Separator, 1 EA CLIN 0003 - - Pneumatic Remote Shut Off Valve, 1 EA CLIN 0004 - - Dust Filter, 1 EA VI. Item is required to be in accordance with the below salient characteristics: Description of requirements CLIN 0001 - - Compressor, 1 Lot Contractor to provide and install the following equipment. Contractor will commission all new equipment, provide equipment manuals, customer orientation, and training. Contractor will be responsible for removal and disposal of old compressor and mechanical equipment located in building F215, room 20 in accordance with UK laws for this type of item. The 48th Civil Engineering Squadron (CES), RAF Lakenheath, will isolate and lockout power prior to removal and installation of compressor. CES will provide appropriate electrical power circuitry in order to allow operation of compressor. 1) Air compressor and duct work in RAF Feltwell building F215, Room 20. 1 Each, Compair L55 Compressor or equal must be able to provide a flow rate range of 0.1 Standard Cubic Feet per Minute (SCFM) to 250 SCFM. Calibration pressure must be from 80-110 PSIA and must be provided via a 2 inch diameter pipe for Sonic Gas Flow Calibrator. The compressor must also have a remote control panel installed in room 7 (next to the flow bench) which allows on/off capability. Compressor is supplied complete with a manufactures six year or 24,000 hours run warranty subject to servicing arrangements. 2) 1 Each, Desiccant Air Dryer Donaldson ALD 0550 Superplus or equal to provide clean, dry air flow to a dew point of at least -40 degrees C at 250 SCFM. 3) 1 Each, Air receiver (wet) 1000 liter capacity with electronic auto dump valve (see item #5). 4) 1 Each, Air receiver (dry) 1000 liter capacity manual drain 5) 1 Each, Donaldson UFM110 Electronic Auto Dump Valve or equal. To be installed under the wet air receiver to remove condensation. CLIN 0002 - - Oil/Water Separator, 1 Each Contractor to provide and install oil/water condensate separator Donaldson UFD 30N or equal. Separator is to remove the oil from the condensate before disposing to drains. CLIN 0003 - - Pneumatic Remote Shut Off Valve, 1 Each Contractor to provide and install pneumatic 2" remote shut off valve Donaldson UFMT 10 or equal. Valve is to shut the air supply off after the dry air receiver when the compressor is switched off. This would allow clean dry air to be stored in the dryer air receiver for future use. CLIN 0004 - - Dust Filter, 1 Each Contractor to supply and install 2" dust removal filtered to 5 micrometers. Donaldson DF S 1100 Coalescence filter, Fitted Electronic Auto Dump Valve, Residual Oil Content: 0.01 mg/m3 down to 0.01 micron or equal. Filter to be installed next to the new Sonic Gas Flow Calibrator. VII. 48 CMS/LGMD Bldg F215 Room 20 RAF Feltwell IP26 4AY United Kingdom VIII. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price. X. Offerors should include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009). (h) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (5) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (6) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2011) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7006, Value Added Tax Exclusion (United Kingdom); DFARS 252.229-7008, Relief from Import Duty (United Kingdom); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.233-7001, Choice of Law (Overseas); 252.222-7002, Compliance with Local Labor Laws (Overseas); 52.211-6, Brand Name or Equal; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviation in Provisions; 52.252-6, Authorized Deviation in Clauses; 5352.223-9000, Elimination of Use of Class 1 Ozone Depleting Substances (ODS); 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations; 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside of the United States. 52.237-1 -- Site Visit. As prescribed in 37.110(a), insert the following provision: Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visit Information Date: 31 August 2011 Time: 10:00 am Location: RAF Feltwell main gate. Additional Requirements: Vendors must bring photo ID to receive access to the base. The site visit will be limited to two personnel per vendor. Please notify points of contact if you plan on attending. Points of Contact: Jesse Jacobson, Contracting Specialist Phone (011) (44) 1638 52 2165 Email jesse.jacobson@lakenheath.af.mil Alan Rose, Contracting Officer Phone (011) (44) 1638 52 2371 Email alan.rose.GBR@lakenheath.af.mil (End of Provision) 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary: Ms Tara Peterson HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.peterson@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate: Ms Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. XIV. No additional requirements or terms and conditions apply to this acquisition. XV. Defense Priorities and Allocations System (DPAS) assigned rating is: none. XVI. Quotes are required to be received no later than 11:30 am EST, Eastern Standard Time or 4:30 pm GMT, Greenwich Mean Time, on Friday, September 9, 2011 and must include the following: Company name; address; phone numbers; itemized quote; technical specifications. All quotes should remain valid until 30 September 2011. Quotes should be emailed to jesse.jacobson@lakenheath.af.mil XVII. Please direct any questions regarding this solicitation to: Jesse Jacobson, Contracting Specialist, Phone (011) (44) 1638 522165, Email jesse.jacobson@lakenheath.af.mil Alan Rose, Contracting Officer, Phone (011) (44) 1638 522371, Email alan.rose.GBR@lakenheath.af.mil FAR 52.212-1 ADDENDUM As prescribed in 12.302(d) the following addendum is provided for provision FAR 52.212-1 to establish this solicitation as a Request For Quotation compliant with FAR Part 13 solicitation, evaluation, and award procedures: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) (a) Reserved. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on the SF 1449 or on a company letterhead. As a minimum, quotations must show-- (1) The Request for Quotation (RFQ) number (see Block 5 of the SF 1449); (2) The date specified in the RFQ for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the vendor shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (USE ONLY AS NECESSARY, OTHERWISE RESERVE) (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Reserved. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Reserved. (g) Contract award. The Government intends to evaluate quotations as described in this solicitation and award to the vendor whose quotation represents the best value to the Government. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint (see "Evaluation" below). (h) Multiple awards. The Government may accept any item or group of items of a quote, unless the vendor qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the vendor specifies otherwise in the quote. (TO BE USED AT THE CONTRACTING OFFICER'S DISCRETION, RESERVE OTHERWISE) (i) Reserved. (j) Data Universal Numbering System (DUNS) Number. Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at: http://fedgov.dnb.com/webform Any vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless the vendor is exempted in accordance FAR 4.1102, by submission of an quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of Provision) In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Contracting Officer shall insert the significant evaluation factors, such as: (i) technical capability of the item offered to meet the Government requirement; (ii) price Basis for award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the Performance Work Statement (PWS) and represents the best value to the Government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. (b) Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). If the vendor is a US military dependant, please disclose DEROS information. Additionally, prospective vendors shall provide pricing only on those option CLINs in which they will be available to perform and specify their availability within the performance period of any one option CLIN if not available for the entire period. (c) A purchase order, mailed or otherwise furnished to the vendor shall result in a binding contract upon receipt of written acknowlegement by the vendor or commencement of performance. ______________________________________________________________________________ NOTE: In accordance with FAR 13.004, the following information regarding quotations is provided: Legal Effect of Quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P2R11175AG02-Compressor/listing.html)
- Place of Performance
- Address: RAF Feltwell, United Kingdom
- Record
- SN02535237-W 20110817/110815235911-9edbbb865630aa3b2ce1e049874f1400 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |