Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

46 -- Water Purification System - Attachment #2 - Attachment #1

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0145
 
Archive Date
9/22/2012
 
Point of Contact
Laura A. Burnette, Phone: 937-522-4581
 
E-Mail Address
laura.burnette@wpafb.af.mil
(laura.burnette@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7998 DFARS 252.209-7999 WATER PURIFICATION SYSTEM This is a combined synopsis/solicitation for commercial items and services 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; quotations are being requested and a written solicitation (SF1449) will not be issued. The solicitation number for this requirement is FA8601-12-T-0145 and is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective 27 Aug 2012. This acquisition is going to be set-aside for 100% Small Business under North American Industry Classification System Code 333319 "Other Commercial and Service Industry Machinery Manufacturing", size standard 500 Employees. This requirement is exempt from the non-manufacturer rule therefore a Small Business can supply the product of any domestic firm. For a better understanding of this qualification, please visit the small business website at http://www.sba.gov. Requirement: The United States Air Force, Wright-Patterson Air Force Base, Ohio is seeking potential sources to provide three (3) water purification systems based on reverse osmosis. The systems need to provide water free of particulate, organic, or biological contaminants for use in semiconductor materials cleaning and processing. All necessary system cartridges and membranes for initial system operation and wall mounting brackets and associated hardware must be included. Each system is required to produce Type I, ultrapure, deionized water with a measureable resistivity of > 18 MΩ•cm, purified water production rate of ≥ 20 L/hr, output flow rate of ≥ 2 L/min, and a TOC level of < 10 ppb. The systems need to have continuous recirculation capability to maintain water purity. The input water source will be house tap water. A 0.2 µm filter is required for bacteria and particulate removal and a pressurized storage tank with a minimum capacity of 40 L is needed. The system must operate using a 120 VAC electrical source @ 60 Hz and have field replaceable filter cartridges for periodic maintenance by laboratory staff. This RFQ has one (1) Contract Line Item Number: CLIN 0001: Description: Water Purification System. Quantity - 3. Unit of Issue - Each. Specifications: • Purified water production of Type I, Ultrapure DI water, resistivity > 18 MΩ•cm using reverse osmosis • Purified water production rate ≥ 20 L/hr • Output flow rate ≥ 2 L/min • TOC level < 10 ppb • Water recirculation capable • Field replaceable cartridges • 0.2 µm filter for bacteria and particulate removal • Pressurized storage tank ≥ 40 L • 120 VAC/60 Hz electrical power • Include wall mounting brackets and associated hardware Instructions to Offerors: The RFQ needs to adhere to FAR provision 52.212-1 "Instructions to Offerors - Commercial" by including submission of: 1. A Quotation 2. Technical description of the items/services being offered in sufficient detail for the government to evaluate compliance with the requirements in this solicitation. This may include product literature or other documents. 3. Either 1) a completed copy of the entire Representations and Certifications at FAR 52.212-3 or 2) a statement that the Offeror has already completed the Representations & Certifications electronically and that all online certifications apply to this solicitation. Note: The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. 4. A completed copy of DFARS 252.209-7998 and 252.209-7999 (Attachment #1 and Attachment #2) All pricing information needs to be in the quotation sheet and not part of the technical description in order to facilitate fair evaluation. The Quotation may be in any format but must include: 1. Reference to the solicitation number 2. The proposing company's name, address, and telephone number 3. Price (to include CLIN price, shipping, applicable discounts, and total price) 4. Quote number and quote date 5. Timeframe that the quote is valid 6. Delivery schedule time frame 7. Tax Identification Number 8. CAGE Code Evaluation: The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quotation must satisfy the technical requirements specified in this solicitation. Award will be made to the offeror whose quotation provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTATION PACKAGE. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Important Notice to Contractors: 1. All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. 2. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil. Provisions/Clauses: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is technical capability and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: - FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations - FAR 52.219-6 Alternate 1, Notice of Total Small Business Set-Aside - FAR 52.219-28, Post Award Small Business Program Representation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies - FAR 52.222-21, Prohibition of Segregated Facilities - FAR 52.222-26, Equal Opportunity - FAR 52.222-36, Affirmative Action for Workers with Disabilities - FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payments Program - DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Work Flow Payment Instructions All Quotations and responses must be received no later than 4:00 PM (EST) on 7 September 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please send requested information via email to laura.burnette@wpafb.af.mil or mail to: AFLCMC/PKOAB Attn: Laura Burnette 1940 Allbrook Drive, Rm. #109 WPAFB, OH 45433-5344 If sending by email, please be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-T-0145, Water Purification Systems". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Any questions regarding this requirement or RFQ should be directed to Laura Burnette at laura.burnette@wpafb.af.mil or (937)522-4581.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0145/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02865369-W 20120902/120901000935-31035ed005bd69820400cbaa6cd62fb7 (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.