SOLICITATION NOTICE
43 -- Air Compressors and Dryers
- Notice Date
- 8/31/2022 12:26:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
- ZIP Code
- 51111-1396
- Solicitation Number
- W50S72-22-Q-7311
- Response Due
- 9/14/2022 9:00:00 AM
- Archive Date
- 09/29/2022
- Point of Contact
- Megan McCauley, Phone: 7122330514, Allison N. Harbit, Phone: 7122330512
- E-Mail Address
-
megan.mccauley@us.af.mil, allison.harbit@us.af.mil
(megan.mccauley@us.af.mil, allison.harbit@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This solicitation, W50S72-22-Q-7311, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, effective 10 August 2022. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 333912 and the small business size standard is 1,000 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation: Minimum Specifications: 0001 � Fixed Speed Drive Air Compressor.� Quantity:� 2 EACH 15-20 horse power rotary screw air compressor Air-cooled oil flooded build Minimum 50 cubic feet per minute capacity (cfm) Minimum 145 pounds per square inch (psi) 208Volt/3Phase/60Hertz Able to fit through 39x72 inch door Air-cooled after cooler and oil cooler Low sounds enclosures Washable pre-packaged enclosed filter Factory fill coolant Factory installed control panels Program set points Allows for automatic operations of minimum 3 rotary screw compressors with auto sequence and auto alternation of lead compressor Connectors to communicate between control panels Shipped loose for field installation 0002 � Air Dryer with Filters.� Quantity:� 2 EACH Thermal mass cycling refrigerator air dryer Minimum 100 cfm Thermal mass cycling design Auto off during periods of low demand Control panel 115Volt/1Phase/60Hertz Moisture separator trap Auto drain valve Pre-filter with minimum 100 cfm, minimum 1.0 micron pre-filter, differential pressure gauge, auto drain valve After-filter with minimum 100 cfm, 0.1 micron after-filter, differential pressure gauge, auto drain valve 0003 � Factory start up and training for line items 0001 and 0002.� Quantity:� 1 EACH Verify clearances Perform mechanical and electrical checks Train personnel on operation of compressors, dryers, and associated equipment Submission Requirements: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley and 1st Lt Allison Harbit, no later than 11:00 AM Central on Wednesday, 7 September 2022. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 6. Proposals are due at: 185ARW/MSC ATTN: MSgt Megan McCauley 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to megan.mccauley@us.af.mil �and allison.harbit@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eeb950f838e74177b2d81facd2a861e0/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06448750-F 20220902/220831230136 (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 |