MODIFICATION
42 -- Fire Fighting Equipment and Supplies
- Notice Date
- 5/8/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- F0560403R0010
- Response Due
- 5/9/2003
- Point of Contact
- Mary Young, Contract Specialist, Phone (719) 556-8004, Fax (719) 556-4752,
- E-Mail Address
-
Mary.Young@peterson.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The following additional information is provided regarding Product Descriptions, Manufacturer, Item Numbers, and Quantity. The response date for bids is extended from 4 P.M. / Close of Business (COB) 14 May 2003 Mountain Standard Time (MST), to 4 P.M. / COB 16 May 2003 MST. Please note that not all of the items have suggested venders and/or item numbers. BEDAL = Baseline Equipment Data Assessment List / with Suggested Mfr & Item # (Decon Kit M295, BEDAL Item 85, NSN 4230013578456 two each); (Decon Kit M291 BEDAL Item 84, NSN 4230013578456, four each); (45 inch Diameter Decon Hoop Diameter with outside handle, one each, MITI, DH40H); (Inner or Outer Booties [disposable] skid resistant / liquid resistant, 10.5 inches high, universal size 24 pair per case, BEDAL item 17, 4 cases [24 pair per case], DUPONT, 95444); (Quick Mask Q2K in hard case BEDAL item 179, 100 each, QUICK PROTECTIVE SYSTEMS, 600680); (Night Vision Goggles, 1 each, AN/PUS, 7D); (Detection Kit NSN6665011334964, BEDAL item 32, Chem Agent for M256AI, 3 each); (APD 2000 CW Detectrad Dosi DTLG, NSN6665011994153, BEDAL item 29, 2 each, SMITH DECTION); (Quick Silver Bio Chem Kit number102, BEDAL item 48, 1 each, QUICK SILVER, 102); (Pesticide Screening Kit, BEDAL item 49, 1 each); (Hibiclens Liquid Anti Septic 16oz, BEDAL item 124, 12 each); (Sign, Danger/Rest Area FG 10X14, BEDAL item 105A, 12 each); (Sign, Caution DO NOT ENTER 10X14, BEDAL item 105B, 12 each); (CMC Rescue MuleLitter Wheeled, BEDAL item 131A, 6 each, CMC); (Long Handle for Litter Wheel, BEDAL item 131B, 6 each, CMC); (Fully Encapsulating Level B Suits[BR], BEDAL item 5, 62 each [50 sm- xlg, 12 xxlg], CMC); (Level A NFPA Certified HazMat suit TYCHEM Brigrade, BEDAL item 1, 48 each [10 med., 10 lg.,20 xlg, 8xxlg], DUPONT, TKXR91); (Ambu-Bag Chem Bio Resuscitator, BEDAL item 163, 1 each, AMBU-BAG); (Decon Manifold System, BEDAL item 147, 1 each); (M9 Detection Paper, BEDAL item 342, 4 each); Gloves, Butyl 13 [Min] mil, size 10 for HazMat, BEDAL item 11, 95 pair); (CALC Hypo CHI TECH 3.75 lbs, BEDAL item 134, 1 each); (MCI Mesh Stretcher, BEDAL item 133, 6 each, MCI); (M8 Detection Paper, BEDAL item 339, 4 each); (Litter, Support Folding 2 Pack, BEDAL item 132, 1 each) code is 339113 and the business size maximum is not available (NA). The proposed contract will be set aside for a small business concern. Item Description: See attached list. Items must be delivered thirty (30) days after receipt of order. All interested parties may contact Diane Stout or George A. Romero at the phone numbers listed below. The provision at FAR 52.209-6 (Protecting the Government’s Interest When Subcontracting with Contractor Debarred, Suspended or Proposed Debarment), FAR 52.212-1 (Instructions to Offerors – Commercial Items), FAR 52.212-2 (Evaluation – Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items; must be filled out and returned with bid proposal; this form can be downloaded at http://www.arnet.gov/far/ or by contacting the Contract Specialist), FAR 52.212-4 (Contract terms and Conditions – Commercial Items), FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items), FAR 52.225-13 (Restrictions on Certain Foreign Purchases), FAR 52.232-33 (Payment by Electronic Funds Transfer – Central Contractor Registration), FAR 52.233-3 (Protest After Award), DFARS 252.204-7003 (Control of Government Personnel Work Product), DFARS 252.204-7004 (Dev) (Required Central Contractor Registration), DFARS 252.212-7001 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items), DFARS 252.243-7001 (Pricing of Contract Modifications), and DFARS 252.246-7000 (Material Inspection and Receiving Report) are all applicable to this acquisition and can be obtained in full text at the FAR website at www.arnet.gov/far/. Award will based on the lowest responsive overall acceptable proposal, as submitted by a responsible offeror with the ability to meet the requirements. Please provide any discounts, taxes, freight charges, delivery time, and destination pricing criteria. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company; (electronic submission via fax are acceptable), to 21 CONS/LGCAB, Attn: Diane Stout, 580 Goodfellow Street (Bldg 1324), Peterson AFB, CO 80914-1648. Fax (719) 556-4752. Proposals will be accepted until 12:00 P.M., (Mountain Time), May 9, 2003. Point of Contact is Diane Stout, Contract Specialist, Phone (719) 556-7986, email: (diane.stout@peterson.af.mil). George A. Romero, Contracting Officer, Phone (719) 556-4195, email (george.romero@peterson.af.mil). Place of Delivery: Peterson AFB, CO Postal Code 80914-1648: USA.The 21st Contracting Squadron, Peterson AFB, CO announces the synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 12.6 as supplemented with additional information included in this notice, and is in accordance with FAR 13.5. This announcement constitutes the only occasion for solicitation. Proposals are being requested and an additional written solicitation will not be issued. This solicitation, F05604-03-R-0010, is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The North American Industry Classification (NAICS) code is 339113 and the business size maximum is not available (NA). The proposed contract will be set aside for a small business concern. Item Description: See attached list. Items must be delivered thirty (30) days after receipt of order. All interested parties may contact Diane Stout or George A. Romero at the phone numbers listed below. The provision at FAR 52.209-6 (Protecting the Government’s Interest When Subcontracting with Contractor Debarred, Suspended or Proposed Debarment), FAR 52.212-1 (Instructions to Offerors – Commercial Items), FAR 52.212-2 (Evaluation – Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items; must be filled out and returned with bid proposal; this form can be downloaded at http://www.arnet.gov/far/ or by contacting the Contract Specialist), FAR 52.212-4 (Contract terms and Conditions – Commercial Items), FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items), FAR 52.225-13 (Restrictions on Certain Foreign Purchases), FAR 52.232-33 (Payment by Electronic Funds Transfer – Central Contractor Registration), FAR 52.233-3 (Protest After Award), DFARS 252.204-7003 (Control of Government Personnel Work Product), DFARS 252.204-7004 (Dev) (Required Central Contractor Registration), DFARS 252.212-7001 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items), DFARS 252.243-7001 (Pricing of Contract Modifications), and DFARS 252.246-7000 (Material Inspection and Receiving Report) are all applicable to this acquisition and can be obtained in full text at the FAR website at www.arnet.gov/far/. Award will based on the lowest responsive overall acceptable proposal, as submitted by a responsible offeror with the ability to meet the requirements. Please provide any discounts, taxes, freight charges, delivery time, and destination pricing criteria. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company; (electronic submission via fax are acceptable), to 21 CONS/LGCAB, Attn: Diane Stout, 580 Goodfellow Street (Bldg 1324), Peterson AFB, CO 80914-1648. Fax (719) 556-4752. Proposals will be accepted until 12:00 P.M., (Mountain Time), May 9, 2003. Point of Contact is Diane Stout, Contract Specialist, Phone (719) 556-7986, email: (diane.stout@peterson.af.mil). George A. Romero, Contracting Officer, Phone (719) 556-4195, email (george.romero@peterson.af.mil). Place of Delivery: Peterson AFB, CO Postal Code 80914-1648: USA. Listed items: Decon Kit M295, Decon Kit M291, 45 inch Deocn Hoop, Inner & Outer Booties, Quick Mask Q2K, Night Vision Goggles, Detection KitChen Agent for M256AI, APD 2000 CW Detectrad Dosi DTLG, Quick Silver Bio Chem Kit number102, Pesticide Screening Kit, Hibiclens Liquid Anti Septic 16oz, Sign, Danger/Rest Area FG 10X14, Sign, Caution DO NOT ENTER 10X14, CMC Rescue MuleLitter Wheeled, Long Handle for Litter Wheel, Fully Encasulating Level B Suits, Level A NFPA Certified HazMat suit TYCHEM Brigrade, AmbuBag Chem Bio Resuscitator, Decon Manifold System, M9 Detection Paper, Gloves, Butyl 13 Mil Size 10 For HazMatBEDA, CALC Hypo CHI TECH 3.75 lbs, MCI Mesh Stretcher, M8 Detection Paper, M8 Detection Paper, Litter, and Support Folding 2 Pack NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/21CONSb984/F0560403R0010/listing.html)
- Place of Performance
- Address: 21 CES/CEF PETERSON FIRE DEPT. (BLDG 218) PETERSON AFB, CO
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN00344223-F 20030612/030611070858 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |