Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

49 -- Hydraulic and PAO Fluids Particle Counter - Specifications - FBO Notice

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AX3102B006
 
Archive Date
7/12/2013
 
Point of Contact
Daira Smith, Phone: 6612779559
 
E-Mail Address
daira.smith@edwards.af.mil
(daira.smith@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PDF File of FBO Notice for requirement of two hydraulic and PAO fluids Particle Counters. Hydraulic and PAO Fluids Particle Counter Specifications. The solicitation number is F1S0AX3102B006. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2005-61 and DFARs Change Notice DPN-20120906 AFFARS Parts AFAC-2012-1107. Product Service Code (PSC) is 4920. NAICS is 334513 and the size standard is 500 employees. Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following items: The 412th Electronic Warfare Group of Edwards AFB, CA has a requirement to provide two hydraulic and PAO Fluids Particle Counters that meet the following specifications. The Contractor shall provide a contamination sensor with a readout display and aqua sensor for continuous measurement of solid contamination in Hydraulic and Lubricating fluids. It shall read particles sizes larger than 4 microns, 6 microns, 14 microns, and 21 microns and will also provide a water contamination reading. The maximum pressure will be 4350 PSI (300 bar), maximum viscosity will be 4635 SUS, the voltage supply will be 9-36 VDC, the data output will be 4-20mA or 0 - 10 VDC, and the self-diagnosis will be continuous with error indication via status LED. The measuring range shall display up to class ISO 7/6/5 to 28/27/26 and Calibration within the range ISO 13/11/10 to 23/21/18. The contamination code shall be ISO 4406: 1999 SAE AS 4059 (D). The connectors - inlet and outlet: Thread G1/4, ISO 228 and the sensor flow rate shall be 30 - 300 mi/min (300 min = -10oz). The fluid temperature range will be 32 degrees to 185 degrees and the power consumption shall have a 3 watt maximum. On-site installation is required. Please see the attached specifications for detail. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the hydraulic and PAO fluids particle counter. Award will be made to the LPTA offer that is most advantageous to the Government. Technical factors are significantly more important than price. Interested parties who believe they can meet all the requirements for the items described in this combined synopsis/solicitation are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Please provide your response by the CLIN structure below: CLIN 0001 Hydraulic and PAO Fluids Particle Counter 2 EA tiny_mce_marker_____ CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The following provisions and clauses apply: 52.212-1--Instructions to Offerors 52.212-2 - Evaluation - Commercial Items 52.252-02 -- Clauses Incorporated by Reference. 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/these address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Rerepresentation 52.222-03 -- Convict Labor 52.222-19 -- Child Labor---Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Alternate I (Mar 2012). 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. 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 252.232-7010 -- Levies on Contract Payments 252.243-7001 -- Pricing of Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 -- Transportation of Supplies by Sea, ALTERNATE III (MAY 2002) 252.204-7006 -- Billing Instructions. (Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. Take the training provided. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988)" 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 -- Ombudsman Ombudsman - Air Force Test Center Vice Commander, 1 South Rosamond Blvd, EAFB CA 93524-1185, PH 661-277-2810, FAX 661-275-7593 52.212-02 -- Evaluation-Commercial Items. 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 5352.242-9000 -- Base Access Offers are due at the Air Force Test Center Contracting Squadron, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 27 June 2013 at 4 pm PST. E-mail address: daira.smith@edwards.af.mil Point of Contact: Daira Smith, Contract Specialist, Phone 661-277-9559, E-mail daira.smith@edwards.af.mil Deidra O'Neal, Contract Officer, Phone 661-277-8777, E-mail Deidra.oneal@edwards.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX3102B006/listing.html)
 
Place of Performance
Address: 412 EWG/EWSL, Attn: Tracey Cobbett, 220 Hoglan Ave, Bldg 1030, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03087722-W 20130614/130613000212-75920dda603c64856f48c88308dc47e9 (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.