United States - Aircraft Wheel Washer

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
03 June 2019
Opportunity publication date
18 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 17, 2019 8:47 am

 

Section A Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is FE671282730046. A firm fixed price contract is contemplated to be awarded in accordance with FAR Part 13. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated ns and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. It is the responsibility of the contractor to be familiar with the applicable provisions. North American Industrial Classification Code (NAICS) 333249 with a standard business size of 500 applies to this procurement. This solicitation is 100% set aside for small business. The 911th AW has a requirement to procure commodities. Offering contractors are required to be registered in System for Award Management (SAM) prior to award. Contractors may register at HTTPS://www.sam.gov. All equipment offered must be "new" with full manufactures warranty. "Grey Market" items will not be accepted.   Vendor shall provide quote as listed below in order to avoid confusion, and return with any other documentation/data as required by this combo synopsis/solicitation. Brand name or equal requirements pertain to this RFQ. Below item requested are manufactured by Stingray Manufacturing.
Section B Schedule of Supplies                           
CLIN 0001 - Stingray 4036 Aircraft Wheel Washer or Equal - 1 Ea.
 
      Aircraft Wheel Washer provides high parts washer power density and the unique oscillating power wash manifold to thoroughly remove rubber bead, carbon dust, grease, oil and soils in quick cycles from Aircraft Wheels. Key features are a fully automatic cleaning cycle with wash, rinse and dry cycles for aerospace wheels and aircraft brakes. The wheel washer system yields four to six clean and dry aircraft wheel halves in a closed loop cycle per hour. Additional details are listed below.
 
General Features:
Green Technology: Closed Loop Zero Discharge & High Efficiency
Stainless Steel Cabinet & Wetted Standard Components
Heavy gage 3/16" Stainless Steel Cabinet Thickness
Pump with Stainless Steel Shafts, Fasteners and Viton Seals
Auto Fresh Water Heated Rinse Cycle
Auto Steam Exhaust System
Auto Programmable Oil Skimmer System
Engineered Wheel Wash Power Blast Manifold
Oscillating Washer Manifold Nozzles to Maximize Cleaning
2 Station Aircraft Wheel Washing Fixture
Removable Internal Reservoir Cover allows Full Access to reservoir
Swing Door Automatic Retracting Parts Washer Turntable for Maximum Access
Electronic Water Level Control & Refill
Easy to Service Front Wash Pump Suction Strainer
Adjustable Electronic Digital Temp Control, 2 line display present value & set-point
Control Transformer External of Panel minimizes Heat
Programmable 24 Hour 7 Day Clock
Low Water Shut-off Protects Pumps & Heating System
Electronic Door Safety Interlock
Wash Cycle Timer with Auto Reset
230 V or 460 V - 60 Hz 3-Phase with 120 V Controls, 50 Hz optional
208VAC or 575 VAC options, International 50 Hz 380/415VAC
Chemical Resistant Two Part 3 mil Epoxy Coating
 
Work Area Dimensions:
Turntable Diameter - 40 inches
Work height - 36 inches
Table load capacity - 1800 pounds
Over all Dimensions:
Width - 79 inches
Depth - 74 inches
Height - 80 inches
Empty weight - 4450 lbs
Reservoir Capacity - 180 gallons
Sludge capacity - 47 gallons
 
Spray Blast Manifold:
Oscillation Non-synchronous
Angle of oscillation - 39 degrees
Frequency of Oscillation - 4 per minute
Number of Wash nozzles - 16
Type of Nozzle - V-Jet
Nozzle Material - 316 Stainless
 
Heating Systems:
Operating Temp - 140-190 Degrees F
Initial Heat up time - 60-90 minutes
Electric Heat Element size - 30KW
Gas/propane - 180K BTU/hr
 
Additional Features:
Total system Flow - 16.8 gpm
Flow per Nozzle - 16.8 gpm
System pressure - 168 psi
Blast Velocity 159ft/sec
Power Density - 1.53 hp/ft2
 
Place of Delivery: 911th AW, Bldg 409, Coraopolis, PA 15108
FOB Destination
                                                                                                                                   
Requirements
 
General Requirements
 
***If submitting an "Or Equal" item:

The Contracting Officer will evaluate "equal" products on the basis of information furnished by the vendor or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the vendor clearly indicates in its quote that the product being quoted is an "equal" product, the vendor shall provide the brand name product referenced in the solicitation.
*** All quotes must reflect FOB Destination. *** Contractor will provide all requested training,  with all manuals/documentation and warranties. Quotes must be valid for sixty (60) days from closing date of RFQ.
 
Delivery Schedule
NLT 30 days after award.
 
EVALUATION FACTORS:
In accordance with FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) and FAR 52.211-6, Brand Name or Equal (Aug 1999), the Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factors shall be used to evaluate quotes:
1. Technical capability of the item offered to meet the Government requirement; and
2. Price
*** Technical Capability will be evaluated as slightly more important than Price***
Section C Clauses
CLAUSES INCORPORATED BY REFERENCE:
The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:
FAR 52.207-4 - Economic Purchase Quantity -- Supplies (Aug. 1987)
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
FAR 52.211-6 - Brand Name or Equal (Aug 1999)
FAR 52.212-1 - Instructions to Offerors -- Commercial Items (Jan 2017)
FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (Nov 2017)
FAR 52.212-4 - Contract Terms and Conditions-Commercial Items (Jan 2017)
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017)
- 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016)
- 52.219-28 - Post-Award Small Business Program Representation (Jul 2013)
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26, Equal Opportunity (Sep 2016)
- 52.222-35, Equal Opportunity for Veteran (Oct 2015)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
- 52.222-37, Employment Reports on Veterans (Feb 2016)
- 52.222-50, Combating Trafficking in Persons
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
- 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013)
FAR 52.225-18 - Place of Manufacture (Mar 2015)
FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)
FAR 52.232-35 - Designation of Office for Government Receipt of Electronic Funds Transfer Information (Jul 2013)
FAR 52.232-39 - Unenforceability of Unauthorized Obligations
FAR 52.247-34 - F.O.B. Destination (Nov 1991)
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)
DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7011 - Alternative Line Item Structure (Sep 2011)
DFARS252.204-7004 - Alternate A, System for Award Management
DFARS 252.209-7004 - Subcontracting with firms that are owned or controlled by the Government of a Country that is a State Sponsor of Terrorism
DFARS 252.211-7003 - Item Unique Identification and Valuation (Mar 2016)
DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013)
DFAR 252.229-7000 - Invoices Exclusive of Taxes or Duties (June 1997)
DFAR 252.229-7001 - Tax Relief (Sep 2014)
DFAR 252.232-7010 - Levies on Contract Payments (Dec 2006)
DFARS 252.247-7022 - Representation of Extent of Transportation by Sea (Aug 1992)
DFARS 252.247-7023 (Alternate 1) - Transportation of Supplies by Sea (Apr 2014)
AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)
AFFARS 5352.201-9101 - Ombudsman (JUN 2016)
 
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) 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 in descending order of importance:
•(i)                 Technical - Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation.
•(ii)              Price -All line items will be reviewed for price reasonableness
(b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions concerning this procurement, either technical or contractual must be submitted to marie.caragein@us.af.mil
The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.
Point of contact for this procurement is Marie Caragein at phone number: (412) 474-8120 or email at marie.caragein@us.af.mil. All responsible sources may submit a quote, which shall be considered by 911 MSG/PK. Quotes must be received by 911th CONF by email at marie.caragein@us.af.mil , no later than 2:00 p.m. Eastern Standard Time (EST) on 3 Jun 2019

Opportunity closing date
03 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force 911 CONF/LGC United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?