MODIFICATION
99 -- C-17 Paint Filters
- Notice Date
- 7/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W2F32165AG01
- Archive Date
- 8/22/2012
- Point of Contact
- Asha E Vidal, Phone: 907-552-3703
- E-Mail Address
-
asha.vidal@elmendorf.af.mil
(asha.vidal@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Amendment to Solicitation F1W2F32165AG01 - C-17 Paint Filters is to do the following: (1) Add the dimensions for Line Item 0004; (2) To correct the word "De" in the last sentence to "DFARS;" (3) All other information remain unchanged. F1W2F32165AG01 Combined Synopsis/Solicitation (IAW FAR 12.603) This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation Number: F1W2F32165AG01 Description: This solicitation is for Brand Name or Equal items. Please submit technical specifications for quotes on "or equal" items. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 333411, Air Purification Equipment Manufacturing. The Small Business Size Standard is 500 EMP. Line Item 0001: (800) Each 20 X 24 X 1 (All measurements in inches) SFR Panel Filters. Specifications: Ceiling Diffusion System for high quality paint finishes: Speritex R/R1 ceiling diffusion media - 100% efficiency on 10 micron particles and larger - Initial resistance.085" W.G. @ 50 FPM - Final resistance 1.8" W.G. @ 50 FPM - F5 efficiency class according to DIN EN 779 - Classified class 1 (UL-900) Max Temperature 212 degrees Fahrenheit Line Item 0002: (12) Each 24 X 24 X 1 (All measurements in inches) SFR panel Filters. Specifications: Ceiling Diffusion System for high quality paint finishes: Speritex R/R1 ceiling diffusion media - 100% efficiency on 10 micron particles and larger - Initial resistance.085" W.G. @ 50 FPM - Final resistance 1.8" W.G. @ 50 FPM - F5 efficiency class according to DIN EN 779 - Classified class 1 (UL-900) Max Temperature 212 degrees Fahrenheit Line Item 0003: (250) Each 24 X 24 X 1, ME/PT Panel Filter Specifications: The filter will be constructed of two different layers of tackified polyester media, sealed together so that the tackified layers of each media touch in the center. Method of joining the media is with an RF "heat sealer". In addition to the perimeter seal, the product must have additional sealing in the face in order to keep the two layers connected. Although the perimeter seals may be sewn, the center seals on the filter face must be heat-sealed. The air entry layer is constructed of a multi-layered, multi-density polyester with a heavy, non-migrating tackifer on the air leaving side. The air leaving media is heavy needled polyester, densified to ¼" thick, tackified on the air entry side with a weight of 0.42 ounces per square foot. The air leaving side will be inkjet printed for identification and proper installation. Panels will have a galvanized nine-gauge wire frame with a minimum of one cross wire will be inserted into the panel so the wire is touching the tackified sides of both media. Initial pressure drop of 0-06 water gauge (w.g) at 150 feet per minute. Line Item 0004: (250) each 24X24X12 XFP-6000 6 Pocket Bag Filter Specifications: The 6 pocket bag filter is constructed of a composite pre-filter, melt blown and spun bound polyester fibers. The pockets are sewn together on the perimeter and two seams, forming three air channels in each bag pocket. A "J" channel is inserted into each finished pocket, and individually placed into a header. The pockets are stapled and notched together and to the header to insure filter integrity. The galvanized header has a ¼" foam gasket on the air leaving side to prevent any paint bypass around the filter assembly. Line Item 0005: (1) Each Freight Charge - Delivery: FOB Destination; 30 days ADC. Early delivery will be accepted at no additional cost to the United States Government (USG). All responsible Offerors shall provide a quote in accordance to the specifications as outlined in the information as stated above. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number (TIN), Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract Number (if applicable), Date offer expires, terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by Tuesday, 7 August, 2012 at 5:00 PM Alaska Standard Time or 9:00 PM Eastern Standard Time (EST). All proposals must be emailed, faxed, or mailed to: POC; Asha E. Vidal, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-3073, Fax (907) 552-7497, asha.vidal@elmendorf.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 (effective 10 May 2012), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120724 (effective 24 Jul 2012), and Air Force Acquisition Circular (AFAC) 2012-0330 (30 Mar 2012). The Following Provisions and/or Clauses apply to this acquisition: FAR Provision 52.212-1 Instructions to Offerors - Commercial Items (CI) (Feb 2012) FAR Provision 52.212-2 Evaluation - Commercial Items (Jan 1999). (a) 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: 1. Technical Ability and Qualifications; 2. Price This will be a Lowest Price Technically Acceptable (LPTA) purchase. Technical acceptability - at a minimum - will consist of meeting all of the characteristics listed above. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) with Alternate I (Apr 2011). 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 (m) of this provision. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2012)52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.233-3, Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.247-7023 with Alt III, Transportation of Supplies by Sea (May 2002) 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Questions may be submitted until 5:00 PM, Alaska Standard Time (AKST) or 9:00 PM Eastern Standard Time (EST), Thursday, 2 August 2012. Submission may be made to Contract Specialist, Asha E. Vidal via email to asha.vidal@elmendorf.af.mil. Questions must reference the solicitation number (F1W2F32165AG01). Due date, time and method of response: All quotes are due on or before 5:00 pm Alaska Standard Time (AKST) or 9:00 pm Eastern Standard Time (EST), Tuesday 7 August, 2012. Electronic quotes are acceptable and preferred. Submission may be made via e-mail to asha.vidal@elmendorf.af.mil or via facsimile at 907-552-7496, Attn: Asha E. Vidal Quotes must reference the solicitation number (F1W2F32165AG01). In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to 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. All referenced Federal Acquisition Regulation (FAR) and DFARS clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Contracting Office Address: 673D Contracting Squadron/LGCC 10480 22nd Street, Suite 356, JBER, AK 99506 United States Place of Performance: 17508 Airlifter Drive, Joint Base Elmendorf-Richardson, AK 99506 Primary Point of Contact Asha E. Vidal, Contracting Specialist asha.vidal@elmendorf.af.mil Phone: 907-552-3073
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W2F32165AG01/listing.html)
- Place of Performance
- Address: 17508 Airlifter Drive, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02820733-W 20120802/120731235051-bf67195a088618411365d10a6593c9ed (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 |