SOLICITATION NOTICE
66 -- Centrifugal Pumps
- Notice Date
- 7/21/2020 4:23:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- PFA9300-20-P-5050
- Response Due
- 7/28/2020 12:00:00 PM
- Archive Date
- 08/12/2020
- Point of Contact
- Megan Meno, Alessandra Barzaghi
- E-Mail Address
-
megan.meno@us.af.mil, alessandra.barzaghi@us.af.mil
(megan.meno@us.af.mil, alessandra.barzaghi@us.af.mil)
- Description
- Amended to include attachment: Request for Quote Questions and Answers This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This solicitation also uses the simplified acquisition procedures in FAR Part 13. This is a Request for Quotation (RFQ). �This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through FAR and DFARs. NAICS is 333914 and size standard 750 employees. The Air Force Research Lab (AFRL) at Edwards AFB is soliciting for two (2) centrifugal pumps for use in maintaining the temperature in a cryo flow systems in their Multiscale Rocket Engine Test (MRET) Facility, with the following specifications: Each pump has a different pressure rating due to use in a different system.� One pump must have a 350 psi output, and the other must have a 70 psi output. Both pumps must meet the following minimum requirements: � Working fluid of liquid nitrogen (Inlet temperature -320F) � 20 liter/min flow (larger is acceptable) � Low inlet pressure (under 2 psig) � Continuous duty ability � Cold standby mode � Ability to couple to warm box/tank; no freezing between pump and motor � Mechanical seals (long lasting seals) � Variable frequency drive capability � Remote operation capability � Rotating parts can be disassembled/reassembled without dismantling the process lines � 220V or 480V, three phase � Outdoor service � Explosion proof (sealed or purged motor) The contractor shall keep detailed records of all service work and/or repairs performed on the equipment.� These records shall identify each item by model number and serial number.� Upon request by the Government, a copy of these records shall be provided. Place of performance and acceptance shall be at Edwards Air Force Base, CA 93524. Expected delivery should not exceed 120 days after receipt of award. Interested parties who believe they can meet all the requirements for the services described in this synopsis 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/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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: Price Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. Offers are due no later than 28�July 2020 at 12:00 pm PST. All offers are to be sent via email to: megan.meno@us.af.mil and alessandra.barzaghi@us.af.mil. The applicable provisions and clauses can be found in Attachment 1.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c2755cbf2a004b8c852da5771f69f358/view)
- Place of Performance
- Address: Edwards, CA 93523, USA
- Zip Code: 93523
- Country: USA
- Zip Code: 93523
- Record
- SN05728407-F 20200723/200721230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |