Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

36 -- Nitrogen Generation Systems Generator

Notice Date
2/13/2020 7:54:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0068
 
Response Due
2/18/2020 2:00:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
Kurt Susnis, Phone: 4073804243
 
E-Mail Address
kurt.susnis@navy.mil
(kurt.susnis@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a sole source J&A notice and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil through Federal Acquisition Circular (FAC) number 2020-04. This requirement is advertised as SOLE SOURCE. Naval Air Warfare Center � Training Systems Division (NAWCTSD) is issuing solicitation number, N6134020R0068, as a request for quote (RFQ) for two nitrogen generation systems, based on the Titus Air Systems TN2U2000ACA00 unit, for the Normobaric Hypoxia Trainers (NHT), Device 9A19, to be delivered to MCAS Cherry Point and NAS Whidbey Island.� The Government intends to award a firm-fixed price contract, on a sole source basis, to Titus Air Systems, Inc. for this procurement. The TN2U2000ACA00 is a unique product to the Titus Air Systems company.� This small business manufacturer does not utilize a network of resellers.� No other nitrogen generation equipment can be considered at this time based on the design and production history. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 �Surgical and Medical Instrument Manufacturing� with a size standard of 1,000 employees. The Product Service Code (PSC) for this procurement is 3655. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Under this effort, the Contractor shall provide the following items: Cherry Point 1 Model TN2U2000ACA00 N2 Generators to include: � High Efficiency Filtration Package � Inlet Pressure Regulator with Gauge � (7) PRISM� Membrane Modules � Automatic Control Valves on Modules � Outlet Nitrogen Manifold � Rugged Steel Cabinet � Low Ambient Package � Remote I/O Control Package with Extra Relay � Pressure Transmitter Package � Permeate Collection Manifold with Single Outlet 1 Atlas Copco GA37-175AP Rotary Screw Compressors 1 Dual 200 Gallon Wet Air Receivers with Auto-Drains 1 BEKO Kwik-Pure 100 Oil-Water Separators 1 Hankison AT-10-AC Carbon Bed Filters 1 A-B PLC Components (see US NAWC NHT BOM_052918) 1 Freight Charges 1 Material Storage & Handling Charges 1 Filter Wall Mount Bracket Kits 10 P/N TFS00039 Spare Terminal Blocks Whidbey Island 1 Model TN2U2000ACA00 N2 Generators to include: � High Efficiency Filtration Package � Inlet Pressure Regulator with Gauge � (7) PRISM� Membrane Modules � Automatic Control Valves on Modules � Outlet Nitrogen Manifold � Rugged Steel Cabinet � Low Ambient Package � Remote I/O Control Package with Extra Relay � Pressure Transmitter Package � Permeate Collection Manifold with Single Outlet B 1 Atlas Copco GA37-175AP Rotary Screw Compressors C 1 Dual 200 Gallon Wet Air Receivers with Auto-Drains D 1 BEKO Kwik-Pure 100 Oil-Water Separators E 1 Hankison AT-10-AC Carbon Bed Filters F 1 A-B PLC Components (see US NAWC NHT BOM_052918) G 1 Freight Charges H 1 Material Storage & Handling Charges J 1 Filter Wall Mount Bracket Kits K 10 P/N TFS00039 Spare Terminal Blocks Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34.��� Naval Air Warfare Center Training Systems Division Attn: Rocco Portoghese 12211 Science Dr Orlando, Florida 32826 The following Federal Acquisition Regulation (FAR) provisions and clauses apply: The FAR provision 52.212-1, Instructions to Offerors � Commercial Items (Deviation 2018-O0018: Oct 2018) apples to this acquisition. The FAR provision 52.212-2, Evaluation � Commercial Items (Oct 2014) does not apply to this acquisition. The FAR provision 52.212-3 Alternate 1, Offeror Representations and Certifications -- Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Deviation 2018-O0021: Sep 2018) applies to this acquisition. ? The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-20 Predecessor of Offeror (July 2016) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 ALT1 Small Business Program Representations (Sep 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2019) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2019) 52.225-13�Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certification (Jun 2019) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes�Fixed Price (Apr 1984) 52.246-4 Inspection of Supplies�Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1�Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) A firm-fixed-price purchase order will be awarded. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award.����� Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.�� All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 5 pm US Eastern Time on 18 February 2020. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated. Points of Contact: Kurt Susnis (407) 380-4243 Andrea Gordon-Eubanks (407) 380-8189
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8acdee1055b24f12add13a3c8a457394/view)
 
Record
SN05562098-F 20200215/200213230138 (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  © 1994-2020, Loren Data Corp.