Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

41 -- GPC UNIT

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3AQ1216AC02
 
Archive Date
8/31/2011
 
Point of Contact
Christopher Wynn, Phone: 210-652-8598, Karen Knowles Davis, Phone: 210-652-8597
 
E-Mail Address
christopher.wynn@randolph.af.mil, karen.davis.9@us.af.mil
(christopher.wynn@randolph.af.mil, karen.davis.9@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 902D Contracting Squadron at Randolph AFB, Texas has a requirement for 1 Generator, Pump, and Compressor Unit. See the specifications listed in the Description of Supplies. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation(RFQ) has been 100% set aside for small business participation. 2. This solicitation is issued as F3P3AQ1216AC02 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. The associated North American Industry Classification System Code (NAICS) is 333415; size standard 750 employees. 5. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 6. Description of Supplies: CLIN 0001- Generator, Pump, Compressor Unit (1 Each) • Brand Name or Equal = PELSUE - Mobile Power Trailer - Model PT2000 Basic Salient Characteristics Standard Features • Aluminum Frame Construction • Aluminum Trailer Decking • Single Torsion Axle Assembly • P215/75R15 Wheel/Tire Assemblies • Swing away telescopic/Swivel Tongue Jack with 8" Pneumatic Caster • Fiberglass reinforced Resin Body with Wood or Steel Structure at stress areas • High Gloss Gel-Coat Finish • Dual Gull Wing Lockable Hoods Each side • Rear panel has pump storage compartment, ventilation duct storage compartment, And control panel access door • All Hardware Zinc Plated • All compartment locks use common keys • Storage on front deck for fuel tanks/bottles, and optional air tank • Additional front deck storage for manhole shields, guards, and traffic cones • DOT approved trailer lighting including turn, stop, tail, and clearance Additional Characteristic • CHASSIS/BRAKES = Full Aluminum Frame with Single Torsion Axle - Electric Brakes with DOT Breakaway system • HITCH TYPE = 3" Lunette Eye Hitch • LIGHTING CONNECTOR = Lighting Warner 6 Pole Connector SAE Spec - Use with Electric Brakes • BODY COLOR = Safety Yellow Gel-Coated Fiberglass with DOT lighting • GENERATOR & FUEL = Kohler 10kw & GM 1.6L EFI, 120/240 VAC, 1 PH, 60HZ, Gasoline w/ 15 Gal EPA/CARB Tank • VENTALATION SYSTEM = Ventilator & Hot Water Heat, Model 1240T - 2 Speed 6kw Elect Boost w/ 2025HRT Hose • AIR CONDITIONING = Air Conditioner package, includes 4 Ton/AC, R410A Refrigerant, Stretch Body & Frame • VENTILATION HOSE = Heavy Duty Hose 8" DIA X 25' Long, Model 2025HD (In Lieu of 2025HRT) • TOOL AIR SYSTEM = Dual 1 HP Oilless Compressor, 10.8 CFM, 100PSI, 240 VAC with Time Delay Start • DRY AIR SYSTEM = Air Dryer, Humidity Alarm, Pressure Regulator, Pressure Gauge and ¼" X 25' Dry Air Reel • WATER PUMPS = Submersible, Model PM-4020, 2", 1 HP, 115 GPM, 120 VAC - Multiquip Brand • DISCHARGE HOSES = Discharge Hose for Pump, 2" X 25 Feet, with M/F Couplers, Mill Spec - 103177-002 • PUMP CONTROLS = Remote Pump Control with Retractable Reel - 30 Foot Cord • LIGHT STATION = Light Stanchion Assembly - Left Rear Corner • FLOODLIGHTS/BEACONS = 500 Watt Halogen - Dual Floodlight Assy. And Amber Strobe Beacon Assy. w/ Flag Holder • STANDBY POWER = 30 Amp Hubbel Twist Lock, Hard Wired with a 25 Foot Cord Assembly • STANDBY POWER = 30 Amp Hubbel Twist Lock Receptacle • TRAFFIC CONTROL = Arrow Shaped Directional Board, 14Light, 12 VDC, Swivel & Telescopic • WHEEL CHOCKS = Solid Rubber Wheel Chocks, 4" X 4" X 6", (1) Tethered Set • MANHOLE GUARD = Steel with Locking Arms, Model 4000A • MANHOLE SHIELD = 2730-8A Aluminum Shield, 8" High • ELECTRIC CORD REEL = Reel with 14/3 X 50' Weatherproof cable with Duplex Receptacle Note: if this item is available through the General Services Administration (GSA) program, please provide the GSA contract number and expiration date. 7. Desired Delivery is: 30 Days ARO. Indicate proposed delivery in quote and FOB in your quote. Delivery address is: 151 J Street East, Suite 100, Randolph AFB, TX 78150. 8. In determining the best value the government shall consider the following two factors: Technical Conformance to Description of Supplies, and Price (Price Proposal). Technical Conformance to Description of Supplies is significantly more important than price. a. Conformance to Description of Supplies. The technical offer shall demonstrate the ability to provide the items that meet the required specifications. The offeror must submit enough technical information on the proposed product for the Government to be able to determine the proposed product offered is acceptable for award. Failure to provide specific data will result in the offer being determined technically unacceptable. b. Price (Price Proposal). Award will be based on initial responses. You are encouraged to offer your most advantageous pricing in the initial response. 9. Offerors are required to comply with instructions under Federal Acquisition Clause 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause states: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause can be downloaded in its entirety at the FAR site: http://farsite.hill.af.mil. 10. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil : 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.252-1, Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil ; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101, Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4, Contract Terms and Conditions -- Commercial Items and Addendum to FAR 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 (DEVIATION); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil ; 252.204-7004, Alternate A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 5352.201-9101, Ombudsman. 11. Payment information: Invoices for supplies/services rendered are submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Offerors shall self-register at the web site https://wawf.eb.mil. Training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. 12. 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. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 13. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, and any discount payment terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. 14. All responsible sources may submit a quote. Written quotes must be received no later than 26 Aug 11 at 4 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offers will not be considered. 15. Points of Contact: Christopher Wynn, Contracting Specialist, Email: christopher.wynn@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AQ1216AC02/listing.html)
 
Place of Performance
Address: 151 J Street East, Suite 100, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02543854-W 20110824/110822235031-5920773166c01a2a7986451a2d71c6dc (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 |
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.