Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
MODIFICATION

43 -- Breathing Air Compressor - Combined Synopsis/Solicitation - NFARS

Notice Date
8/16/2024 10:10:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
 
ZIP Code
14304-5000
 
Solicitation Number
FA667024Q0010
 
Response Due
8/30/2024 10:00:00 AM
 
Archive Date
09/14/2024
 
Point of Contact
Matthew Crum, Phone: (716) 236-2213
 
E-Mail Address
matthew.crum.9@us.af.mil
(matthew.crum.9@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Requirement Title: Breathing Air Compressor Solicitation Number: FA667024Q0010 Solicitation Issue Date: 16 August 2024 Response Deadline: 30 August 2024 no later than 1:00 PM EDT Point(s) of Contact: Matthew Crum, Contracting Officer Email Address: matthew.crum.9@us.af.mil General Information This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�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. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated. 1. This solicitation is being issued as a Request For Quotation (RFQ) in accordance with FAR subpart 12.6. 2. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2024-05 Defense Federal Acquisition Regulation Change 07/29/2024 Department of the Air Force Federal Acquisition Circular 2024-0612 3. This acquisition is a 100% Small Business set aside. The North American Industry Size Classification System (NAICS) code associated with this requirement is 333912. The Small Business Size Standard associated with this NAICS is 1,000 employees. Requirement Information The 914 MSG/CE has a requirement for a Breathing Air Compressor as follows: Quantity 1 - Breathing Air Compressor Bauer Model Legacy 18-E3 with CO monitor or equivalent Minimum Specifications: System MUST be compatible with existing Air Charge Station ����������� Station Model: Scott Safety Revolve Air Charge Station Model #AB110-2300-4 Breathing Air Compressor Air Purification System (CGA Grade E Air) Compressor Minimum: Capable of 18 CFM/510L/Min fill speed 6000 psig 4 Stage compressor 15 HP motor minimum CO Monitor/sensor Maximum size 50� x 40� x 75� Electric powered (no gas-powered compressors) ����������� Electrical connection is 3-Phase, 240V, 60 Amp building power CONTRACTOR TO INSTALL SYSTEM ON SITE AT NIAGARA FALLS AIR RESERVE STATION This combined synopsis solicitaiton includes the following documents: Attachment 0 - Combined Synopsis-Solicitation - Breathing Air Compressor (this document). Attachment 1 - Breathing Air Compressor Requirement Specifications Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Deliver to Niagara Falls Air Reserve Station (Final Address will be provided on award.) Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail to matthew.crum.9@us.af.mil by the RFQ Deadline of 30 August 2024, 1:00 pm EDT: 1. Quote 2. Technical Statement for Offered Compressor (specifications) 3. Delivery/Installation Schedule Quote � Provide a quote showing total cost for this project. Include any additional pricing information you consider relevant. Technical Statement for Offered Compressor � A technical statement of compressor specifications. Statement should be sufficient to determine that it�s specifications and capabilities meet or exceed those stated in this solicitation. Delivery/Installation Schedule � Contractor should include information as to their anticipated delivery and installation schedule from date of award. Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation, an offeror must be registered to receive Federal awards in SAM.gov and also have the NAICS code associated with this RFQ indicated on their SAM record. Contractors may register on SAM by starting at https://sam.gov/content/entity-registration. This notice does not obligate the Government to award the contract. It does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT 30 August 2024, 1:00pm EDT via email (subject: FA667024Q0010) to Matthew Crum at matthew.crum.9@us.af..mil. Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Matthew Crum at matthew.crum.9@us.af..mil Evaluation Criteria This is a competitive commercial acquisition.� The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered.� The following factors shall be used to evaluate offers: Price Technical Acceptability Price � Price shall be evaluated by reviewing contractors total quoted price for this requirement. Technical Acceptability � Technical Acceptability shall be evaluated by reviewing the Technical Statement for the Offered Compressor to ensure it�s specifications meet the minimum specifications requested for this requirement.� Award will be made to the lowest priced, technically acceptable offer. The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95dd7f1c2d9e444f86bf3537664d0346/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN07173452-F 20240818/240816230109 (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 |
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.