Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2012 FBO #4049
MODIFICATION

56 -- PVC Piping

Notice Date
12/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
326122 — Plastics Pipe and Pipe Fitting Manufacturing
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, 386 ECONS, Ali Al Salem, 386th ECONS, APO, Non-U.S., 09855, United States
 
ZIP Code
09855
 
Solicitation Number
F1ECES33210300
 
Archive Date
1/14/2013
 
Point of Contact
Kenneth H. Layre, Phone: 4422061, ,
 
E-Mail Address
kenneth.layre@asab.afcent.af.mil, 386.contracting@gmail.com
(kenneth.layre@asab.afcent.af.mil, 386.contracting@gmail.com)
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number: F1ECES33210300 3. This synopsis/solicitation is issued as a Request for Quotation (RFQ). 4. Provisions and clauses in effect through Federal Acquisition Circular: (FAC) 2005-62, Effective 20 November 2012 5. A notice regarding any set-aside: None 6. NAICS Code: 326122 7. Small Business Size Standard: Not Applicable (N/A) 8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A 9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 0001 Item: List of PVC Piping Dimensions: See Bid Schedule Description: See Bid schedule Quantity: 01 Unit of Measure: Lump Sum 10. Description: Please see the bid schedule located at the bottom of the page. 11. Date(s) delivery: Not Later Than (NLT) 45 days after award 12. Place(s) of Delivery and Acceptance: Ali Al Salem AB, Kuwait 13. FOB Point: DESTINATION 14. The Following Provision is Incorporated By Full Text: FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil/farsite.html (End of Provision) 15. The Following Provisions Are Incorporated By Reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Feb 2012) Provision Addenda 1: (Applies to all offerors): All quotes shall include the following minimum information: Cage Code, DUNS Number, Taxpayer I.D. No, Payment Terms and/or discount terms, Offeror Reps and Certs, Point of Contact, Phone Number, Email, and proposed delivery schedule. Provision Addenda 2: (Applies to all offerors): Paragraphs c, e, f, g, h, and k of FAR provision 52.212-3 Alt. I - Offeror Representations and Certifications -- Commercial Items do not apply to this acquisition. Provision Addenda 3: (Applies to all non-US offerors): Central Contractor Registration (CCR) is not required for firms not residing in the United States. FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.214-34 - Submission of Offers in the English Language (Apr 1991) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.225-7031 - Secondary Arab Boycott of Israel (JUN 2005) FAR 52.212-3 Alternate I -- Offeror Representations and Certifications -- Commercial Items (Apr 2011) An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.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. Provision Addenda 1: (Applies to all offerors): Paragraphs c, e, f, g, h, and k of FAR provision 52.212-3 Alt. I - Offeror Representations and Certifications -- Commercial Items do not apply to this acquisition. (End of Provision) AFFARS 5352.225-9004 -- SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (JUNE 2006) (a) Offers may be submitted in United States dollars or the currency accepted at the place of performance. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (End of Provision) 16. The Following Clauses Are Incorporated By Reference, and will be incorporated into the resultant award: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) FAR 52.209-6 - Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-4 - Terms and Conditions -- Commercial Items (Feb 2012) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 20.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). FAR 52.225-14 - Inconsistency Between English Version and Translation of Contract (FEB 2000) FAR 52.232-34 - Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) Alternate I (Apr 2003). FAR 52.233-1 - Disputes (JUL 2002) DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7008 - Export-Controlled Items (APR 2010) DFARS 252.211-7003 - Item Identification and Valuation (AUG 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012) DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2012) DFARS 252.225-7039 - Contractors Performing Private Security Functions (JUN 2012) DFARS 252.225-7040 - Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States (JUN 2011) DFARS 252.225-7041 - Correspondence in English (JUN 1997) DFARS 252.225-7043 - Antiterrorism/Force Protection for Defense Contractors Outside the United States (MAR 2006) DFARS 252.232-7010 - Levies on Contract Payments (DEC 2006) DFARS 252.233-7001 - Choice of Law (Overseas) (JUN 1997) DFARS 252.246-7004 - Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) DFARS 252.247-7023 - Transportation of Supplies By Sea (MAY 2002), Alternate I (MAR 2000) AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) AFFARS 5352.223-9001 -- Health And Safety On Government Installations (Jun 1997) AFFARS 5352.242-9000 -- Contractor Access To Air Force Installations (August 2007) 17. The Following Clauses Are Incorporated By Full Text, and will be incorporated into the resultant award: FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite.html (End of Clause) AFFARS 5352.201-9101 Ombudsman (APR 2010) (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 following: Center/MAJCOM or AFISRA ombudsmen: Deputy Chief, Contracting Division ACC/A7K DSN: (312)574-5371 Commercial: 011-965-757-764-5371 Email: eric.thaxton@langley.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the following: Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting): SAF/AQC 1060 Air Force Pentagon Washington DC 20330-1060 Commercial: (703) 588-7004 Facsimile: (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. (End of Clause) 18. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 19. The date, time and place offers are due: 30 December 2012, by 2000 local time, emailed to Joe.Wells@asab.afcent.af.mil. 20. The name and telephone number of the individual to contact for information regarding the solicitation: Joe Wells, 9726-3905(cell). 21. Additional Information: None Bid Schedule CPVC 1/4 turn ball valves 20mm - 15 Ea CPVC 1/4 turn ball valves 25mm - 15 Ea CPVC 1/4 turn ball valves 32mm - 15 Ea CPVC 1/4 turn ball valves 40mm - 15 Ea CPVC 1/4 turn ball valves 50mm - 15 Ea CPVC 1/4 turn ball valves 63mm - 15 Ea CPVC 1/4 turn ball valves 75mm - 8 Ea CPVC 1/4 turn ball valves 90mm - 8 Ea CPVC 1/4 turn ball valves 110mm - 8 Ea CPVC 1/4 turn ball valves 160mm - 8 Ea Viking Johnson Maxifit Pipe Couplings 47.9mm - 59.5mm (DN40) - 10 Ea Viking Johnson Maxifit Pipe Couplings 57.0mm - 74.0mm (DN50) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 63MM - 85MM (DN65) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 85MM - 107MM (DN80) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 107MM - 132MM (DN100) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 158MM - 184MM (DN150) - 10 Ea 20MM X 3 METER CPVC PIPE - 50 Ea 25MM X 3 METER CPVC PIPE - 50 Ea 32MM X 3 METER CPVC PIPE - 50 Ea 40MM X 3 METER CPVC PIPE - 50 Ea 50MM X 3 METER CPVC PIPE - 50 Ea 63MM X 3 METER CPVC PIPE - 50 Ea 75MM X 3 METER CPVC PIPE - 50 Ea 90MM X 3 METER CPVC PIPE - 50 Ea 110MM X 3 METER CPVC PIPE - 50 Ea 160MM X 3 METER CPVC PIPE - 50 Ea CPVC 160MM TO 110MM REDUCING BUSHING - 10 Ea CPVC 63MM TO 32MM REDUCING BUSHING - 10 Ea CPVC CAP 20MM - 10 Ea CPVC CAP 25MM - 10 Ea CPVC CAP 32MM - 10 Ea CPVC CAP 40MM - 10 Ea CPVC CAP 50MM - 10 Ea CPVC CAP 63MM - 10 Ea CPVC CAP 75MM - 10 Ea CPVC CAP 90MM - 10 Ea CPVC CAP 110MM - 10 Ea CPVC CAP 160MM - 10 Ea CPVC COUPLING 20MM - 25 Ea CPVC COUPLING 25MM - 25 Ea CPVC COUPLING 32MM - 25 Ea CPVC COUPLING 40MM - 25 Ea CPVC COUPLING 50MM - 25 Ea CPVC COUPLING 63MM - 25 Ea CPVC COUPLING 75MM - 8 Ea CPVC COUPLING 90MM - 8 Ea CPVC COUPLING 110MM - 8 Ea CPVC COUPLING 160MM - 8 Ea CPVC TEE 20MM - 15 Ea CPVC TEE 25MM - 15 Ea CPVC TEE 32MM - 15 Ea CPVC TEE 40MM - 15 Ea CPVC TEE 63MM - 15 Ea CPVC TEE 75MM - 8 Ea CPVC TEE 90MM - 8 Ea CPVC TEE 110MM - 8 Ea CPVC TEE 160MM - 8 Ea CPVC ELBOW 20MM - 25 Ea CPVC ELBOW 25MM - 25 Ea CPVC ELBOW 32MM - 25 Ea CPVC ELBOW 40MM - 25 Ea CPVC ELBOW 50MM - 25 Ea CPVC ELBOW 63MM - 25 Ea CPVC ELBOW 75MM - 12 Ea CPVC ELBOW 90MM - 12 Ea CPVC ELBOW 110MM - 12 Ea CPVC ELBOW 160MM - 12 Ea. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number: F1ECES33210300 3. This synopsis/solicitation is issued as a Request for Quotation (RFQ). 4. Provisions and clauses in effect through Federal Acquisition Circular: (FAC) 2005-62, Effective 20 November 2012 5. A notice regarding any set-aside: None 6. NAICS Code: 326122 7. Small Business Size Standard: Not Applicable (N/A) 8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A 9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 0001 Item: List of PVC Piping Dimensions: See Bid Schedule Description: See Bid schedule Quantity: 01 Unit of Measure: Lump Sum 10. Description: Please see the bid schedule located at the bottom of the page. 11. Date(s) delivery: Not Later Than (NLT) 45 days after award 12. Place(s) of Delivery and Acceptance: Ali Al Salem AB, Kuwait 13. FOB Point: DESTINATION 14. The Following Provision is Incorporated By Full Text: FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil/farsite.html (End of Provision) 15. The Following Provisions Are Incorporated By Reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Feb 2012) Provision Addenda 1: (Applies to all offerors): All quotes shall include the following minimum information: Cage Code, DUNS Number, Taxpayer I.D. No, Payment Terms and/or discount terms, Offeror Reps and Certs, Point of Contact, Phone Number, Email, and proposed delivery schedule. Provision Addenda 2: (Applies to all offerors): Paragraphs c, e, f, g, h, and k of FAR provision 52.212-3 Alt. I - Offeror Representations and Certifications -- Commercial Items do not apply to this acquisition. Provision Addenda 3: (Applies to all non-US offerors): Central Contractor Registration (CCR) is not required for firms not residing in the United States. FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.214-34 - Submission of Offers in the English Language (Apr 1991) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.225-7031 - Secondary Arab Boycott of Israel (JUN 2005) FAR 52.212-3 Alternate I -- Offeror Representations and Certifications -- Commercial Items (Apr 2011) An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.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. Provision Addenda 1: (Applies to all offerors): Paragraphs c, e, f, g, h, and k of FAR provision 52.212-3 Alt. I - Offeror Representations and Certifications -- Commercial Items do not apply to this acquisition. (End of Provision) AFFARS 5352.225-9004 -- SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (JUNE 2006) (a) Offers may be submitted in United States dollars or the currency accepted at the place of performance. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (End of Provision) 16. The Following Clauses Are Incorporated By Reference, and will be incorporated into the resultant award: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) FAR 52.209-6 - Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-4 - Terms and Conditions -- Commercial Items (Feb 2012) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 20.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). FAR 52.225-14 - Inconsistency Between English Version and Translation of Contract (FEB 2000) FAR 52.232-34 - Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) Alternate I (Apr 2003). FAR 52.233-1 - Disputes (JUL 2002) DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7008 - Export-Controlled Items (APR 2010) DFARS 252.211-7003 - Item Identification and Valuation (AUG 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012) DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2012) DFARS 252.225-7039 - Contractors Performing Private Security Functions (JUN 2012) DFARS 252.225-7040 - Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States (JUN 2011) DFARS 252.225-7041 - Correspondence in English (JUN 1997) DFARS 252.225-7043 - Antiterrorism/Force Protection for Defense Contractors Outside the United States (MAR 2006) DFARS 252.232-7010 - Levies on Contract Payments (DEC 2006) DFARS 252.233-7001 - Choice of Law (Overseas) (JUN 1997) DFARS 252.246-7004 - Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) DFARS 252.247-7023 - Transportation of Supplies By Sea (MAY 2002), Alternate I (MAR 2000) AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) AFFARS 5352.223-9001 -- Health And Safety On Government Installations (Jun 1997) AFFARS 5352.242-9000 -- Contractor Access To Air Force Installations (August 2007) 17. The Following Clauses Are Incorporated By Full Text, and will be incorporated into the resultant award: FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite.html (End of Clause) AFFARS 5352.201-9101 Ombudsman (APR 2010) (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 following: Center/MAJCOM or AFISRA ombudsmen: Deputy Chief, Contracting Division ACC/A7K DSN: (312)574-5371 Commercial: 011-965-757-764-5371 Email: eric.thaxton@langley.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the following: Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting): SAF/AQC 1060 Air Force Pentagon Washington DC 20330-1060 Commercial: (703) 588-7004 Facsimile: (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. (End of Clause) 18. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 19. The date, time and place offers are due: 30 December 2012, by 2000 local time, emailed to Joe.Wells@asab.afcent.af.mil. 20. The name and telephone number of the individual to contact for information regarding the solicitation: Joe Wells, 9726-3905(cell). 21. Additional Information: None Bid Schedule CPVC 1/4 turn ball valves 20mm - 15 Ea CPVC 1/4 turn ball valves 25mm - 15 Ea CPVC 1/4 turn ball valves 32mm - 15 Ea CPVC 1/4 turn ball valves 40mm - 15 Ea CPVC 1/4 turn ball valves 50mm - 15 Ea CPVC 1/4 turn ball valves 63mm - 15 Ea CPVC 1/4 turn ball valves 75mm - 8 Ea CPVC 1/4 turn ball valves 90mm - 8 Ea CPVC 1/4 turn ball valves 110mm - 8 Ea CPVC 1/4 turn ball valves 160mm - 8 Ea Viking Johnson Maxifit Pipe Couplings 47.9mm - 59.5mm (DN40) - 10 Ea Viking Johnson Maxifit Pipe Couplings 57.0mm - 74.0mm (DN50) - 10 Ea Viking Johnson Maxifit Pipe Couplings 57.0mm - 74.0mm (DN50) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 63MM - 85MM (DN65) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 85MM - 107MM (DN80) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 107MM - 132MM (DN100) - 10 Ea VIKING JOHNSON MAXIFIT PIPE COUPLINGS 158MM - 184MM (DN150) - 10 Ea 20MM X 3 METER CPVC PIPE - 50 Ea 25MM X 3 METER CPVC PIPE - 50 Ea 32MM X 3 METER CPVC PIPE - 50 Ea 40MM X 3 METER CPVC PIPE - 50 Ea 50MM X 3 METER CPVC PIPE - 50 Ea 63MM X 3 METER CPVC PIPE - 50 Ea 75MM X 3 METER CPVC PIPE - 50 Ea 90MM X 3 METER CPVC PIPE - 50 Ea 110MM X 3 METER CPVC PIPE - 50 Ea 160MM X 3 METER CPVC PIPE - 50 Ea CPVC 160MM TO 110MM REDUCING BUSHING - 10 Ea CPVC 63MM TO 32MM REDUCING BUSHING - 10 Ea CPVC CAP 20MM - 10 Ea CPVC CAP 25MM - 10 Ea CPVC CAP 32MM - 10 Ea CPVC CAP 40MM - 10 Ea CPVC CAP 50MM - 10 Ea CPVC CAP 63MM - 10 Ea CPVC CAP 75MM - 10 Ea CPVC CAP 90MM - 10 Ea CPVC CAP 110MM - 10 Ea CPVC CAP 160MM - 10 Ea CPVC COUPLING 20MM - 25 Ea CPVC COUPLING 25MM - 25 Ea CPVC COUPLING 32MM - 25 Ea CPVC COUPLING 40MM - 25 Ea CPVC COUPLING 50MM - 25 Ea CPVC COUPLING 63MM - 25 Ea CPVC COUPLING 75MM - 8 Ea CPVC COUPLING 90MM - 8 Ea CPVC COUPLING 110MM - 8 Ea CPVC COUPLING 160MM - 8 Ea CPVC TEE 20MM - 15 Ea CPVC TEE 25MM - 15 Ea CPVC TEE 32MM - 15 Ea CPVC TEE 40MM - 15 Ea CPVC TEE 63MM - 15 Ea CPVC TEE 75MM - 8 Ea CPVC TEE 90MM - 8 Ea CPVC TEE 110MM - 8 Ea CPVC TEE 160MM - 8 Ea CPVC ELBOW 20MM - 25 Ea CPVC ELBOW 25MM - 25 Ea CPVC ELBOW 32MM - 25 Ea CPVC ELBOW 40MM - 25 Ea CPVC ELBOW 50MM - 25 Ea CPVC ELBOW 63MM - 25 Ea CPVC ELBOW 75MM - 12 Ea CPVC ELBOW 90MM - 12 Ea CPVC ELBOW 110MM - 12 Ea CPVC ELBOW 160MM - 12 Ea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/ECONS386/F1ECES33210300/listing.html)
 
Place of Performance
Address: Ali Al Salem, AB Kuwait, Kuwait
 
Record
SN02955281-W 20121225/121223233032-8b094e5c22da08d2d41b1b89982c3f18 (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.