Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

43 -- Air Compressor

Notice Date
8/14/2020 11:52:48 AM
 
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
W50S72-20-Q-7308
 
Response Due
8/28/2020 11:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Allison N. Harbit, Phone: 7122330512, Megan McCauley, Phone: 7122330514
 
E-Mail Address
allison.harbit@us.af.mil, megan.mccauley@us.af.mil
(allison.harbit@us.af.mil, megan.mccauley@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is being amended 10 Aug 2020 to include control panel, control panel connector, pre-filter, and after-filter under the rotary screw air compressor line item 0001.�This amendment also includes requirement to be able to fit in 19 inch by 72 inch door opening and the requirement of the start-up assistance to be by factory authorized representative.�Amended 14 Aug 2020 to�update FAR 52.204-24 attachment�and update Provisions and�Clauses�including FAR 52.204-24,�52.204-25, and 52.204-26. This solicitation, W50S72-20-Q-7308, 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) 2020-07, effective 03 August 2020. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 333912 and the small business size standard is 1,000 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. 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 item is requested in this solicitation: Required Line Items: 0001 � 15 Horse Power Rotary Screw Air Compressor to be complete for total air system. Quantity: 2 EACH Air-cooled oil flooded build Minimum of 50 cubic feet per minute capacity Minimum of 145 psi (pounds per square inch) 280Volt, 3 Phase, 60Hertz Able to fit in 39 inch by 72 inch door opening Main motor Air-cooled after after-cooler and oil cooler Low sounds enclosures Washable prepackaged enclosed filter Factory fill coolant Factory installed control panels Program set points Allows for automatic operation of minimum 3 rotary screw compressors with auto sequence of lead compressor and auto alternation of lead compressor Connectors to communicate between control panels Shipped loose for field installation Pre-filter Capacity minimum 100 cubic feet per minute at standard inlet air conditions Minimum 1.0 micron pre-filter Differential pressure gauge Auto drain valve After-filter Capacity minimum 100 cubic feet per minute at standard inlet air conditions Minimum 0.1 micron after-filter Differential pressure gauge Auto drain valve 0002 � Thermal mass cycling refrigerator air dryer. Quantity: 2 EACH Capacity minimum 100 cubic feet per minute at standard inlet air conditions Thermal mass cycling design Auto off during periods of low demand Control panel 115Volts, 1 Phase, 60Hertz Moisture separator trap Auto drain valve 0003 � Start-up assistance after install by factory authorized representative (install to be done by government personnel). Quantity: 1 JOB Verification of clearances Perform mechanical and electrical checks Train personnel on operation of both compressors, dryers, and associated equipment SUBMISSION REQUIREMENTS/RFQ TERMS: 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 DUNS 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. 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. � 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. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 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, certifications must be filled out and returned with your quote. 6. Questions regarding this solicitation shall be emailed to TSgt Megan McCauley AND 2d Lt Harbit, no later than 4:30 PM Central on Wednesday 19 August 2020. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at 1:00 PM Central on Friday, 28 August 2020, at: 185ARW/MSC ATTN: 2d Lt Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to allison.harbit@us.af.mil AND megan.mccauley@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://beta.sam.gov/opp/ec13a53c71cf4481bfc48c29b85c271a/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN05758960-F 20200816/200814230156 (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.