The RFP Database
New business relationships start here

100% small business side aside, Specialty Flanged Inline Heater, Digitally Controlled Heater Control Cabinet


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must be able upon request to provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-18-Q-0104 is set aside 100 percent for Small Business. The corresponding NAICS code for this procurement is 334516 with a small business size standard of 1000 employees.

The contractor shall provide the following items as specified in the table below:

Item Number/ Part Description/Quantity
3D-50-48 Specialty Flanged Inline Heater, quantity one (1)
SFC-80-48 Digitally Controlled Heater Control Cabinet, quantity one (1)
Shipping to (35898), quantity one (1)
 
Additionally, this equipment shall meet the requirements stated below:


• Airflow no less than 120 SCF at 600°C, 300 psi
• Heater must operate with 3-phase 480V
• Power output no less than 41.3 kW
• Overall length not to exceed 50"
• Flange Diameter should be 8"
• Heater case material should be 304H stainless steel
• Heater center body diameter should not exceed 3"
• Heat coil airflow pressure drop should not exceed 1psi
• Heater control cabinet must have high temperature limit switch
• Heater control cabinet must have over temperature protection module
• Control cabinet must have digital control interface
• Control module must be capable of interfacing with heater flow and temperature data to maintain set output temperature with variable airflow.
• Control cabinet must have 80A circuit breaker.


The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.219-6, Notice of Total Small Business Set Aside; Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.222-50, Combating Trafficking in Persons; Clause 52.232-18 Availability of Funds; Clause 52.232-39, Unenforceability of Unauthorized Obligations; Provision 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Clause 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL, 35898. Payment will be made via Wide Area Workflow. As a result, the prospective awardee will have to have an assigned cage code and active profile in the System for Award Management (www.sam.gov) before a purchase order can be fully executed. Responses are due no later than 4:00 PM (local time), 1 August 2018 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: angela.m.harris.civ@mail.mil or via facsimile at 256-313-2392, marked to the attention of Angela Harris.


ANGELA HARRIS, Contract Specialist, Phone 2568423303, Fax 2563132392, Email angela.m.harris.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP