Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

74 -- Disintegrator

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F1AMCR42050100
 
Response Due
8/10/2004
 
Archive Date
8/25/2004
 
Point of Contact
Beau Barnett, Contract Specialist, Phone 208-828-2116, Fax 208-828-2658, - Jody Desormeaux, Administrator, Phone 208-828-3109, Fax 208-828-2658,
 
E-Mail Address
beau.barnett@mountainhome.af.mil, jody.desormeaux@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) RFQ F1AMCR42050100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423420; Small Business Size Standard: 500. (v) CLIN (0001) 1 Each Disintegrator capable destroying sensitive materials such as documents, credit cards, computer media, microfilm, I.D. badges, plastic materials, compact disks and DVD media, audio cassettes, 4mm and 8mm DAT, floppy discs, and other clissified media. Unit must comply with the following regulations:ISM/DOD 5220.22-M by the Department of Defense Air Force Reg. #205-1 Army Reg. #308-5 OPNAVINST 5510.IH,#1 GSA-FSS for Class I & II OSHA Spec. #1910.212A NEMA Standards DOD Requirements for the destruction of all levels of Classified, including Top Secret & COMSEC, paper documents Unit must have the following features:Machine design must be a combination strip shredder and high speed rotary knife mill design and must be encased in a sound deadening cabinet with an incorporated 15 gallon vacuum collection systemCastered Base for easy movementDuty Cycle 100% Throughput 100 lbs per hour Power of 115 VAC/60 Hz Particle size of destroyed material as small as 5/64" inches Minimum 2" x 9" Feed OpeningUnit must be equiped with an interchangable waste screen system that will allow the use of a 5/64" screen to comply with Dod instructions for the destruction of keytape material CLIN (0001) 1 EACH Maintenance Kit for unit that includes spare set of knives, lifetime sharpening service of the installed knives as well as the spare set, knife shipping case plus round trip freight charges for each sharpening, preventative maintenance call after 6 month (vii) FOB: Destination for delivery to: 366 AMXS, Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52-211.6 Brand Name or Equal; FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generatred Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors;; DFARS 252.232-7003 Electronic Submission of Payment Requests; applies to this acquisition (vi) All quotes must be emailed to A1C Barnett at beau.barnett@mountainhome.af.mil , or faxed to (208) 828-2658 with attention to A1C Barnett. Quotes are required to be received no later than 16:30 MST, Tuesday, 10 AUGUST, 2004.
 
Place of Performance
Address: 366 Gunfighter Avenue, Mountain Home Air Force Base, ID,
Zip Code: 83648
Country: U.S.
 
Record
SN00635672-W 20040805/040803212151 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.