Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2005 FBO #1370
MODIFICATION

49 -- Industrial Supply Kits

Notice Date
8/25/2005
 
Notice Type
Modification
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XTB95227A400
 
Response Due
9/2/2005
 
Archive Date
9/17/2005
 
Point of Contact
Shawn Edwards, Contract Specialist, Phone 334-953-5227, Fax 334-953-3527,
 
E-Mail Address
shawn.edwards@maxwell.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The purpose of this amendment is to include quantities for the parts listed under each kit. CLIN 1: 1. 1 EA, 2. 1 EA, 3. 3 EA, 4. 1 EA, 5. 1 EA, 6. 1 EA, 7. 2 EA, 8. 2 EA, 9. 3 EA, 10. 8 EA, 11. 1 EA. CLIN 2: 1. 2 EA, 2. 2 EA, 3. 4 EA, 4. 1 EA, 5. 12 EA, 6. 12 EA, 7. 24 EA, 8. 6 EA, 9. 6 EA, 10. 12 EA, 11. 12 EA, 12. 12 EA, 13. 12 EA, 14. 12 EA, 15. 6 EA, 16. 10 EA, 17. 1 EA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XTB95227A400 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 (27 Jul 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050001. It is the offeror’s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: CLIN 0001 One (1) each supplies kit to include the following items: 1. Cable, Fire Alarm, 500ft: Multi conductor fire alarm cable spool length 500ft conductor size 18 AWG Nominal OD 0.190 Inc, Number of conductors 2, UL Working volgage 300 volts, conductor color red unshielded solid 2. Wire Terminal Kit: Terminal type fully insulated solderless with 4 x 316 tool, 96 terminals 3. Flashlight, Nicad, Black: Rechargeable flashlight, candle power 10,000 candelas, color black, battery type nicad, number of batteries 1, battery life up to 1000 charges, volgate 4.7v, length 6.5 inches, lamp type xenon, body material ABS plastic, Includes 110 VAC Charger, 12 vdc plug in charger cord, desk/dash mount base, black lanyard, batter 4. Key control cabinet: Key capacity 60 keys, overall height 17 inches, overall depth 3 ¼ inches, overall width 13 inches, stell, wall hung, with key tags. 5. Key Tag, Pk 50: Replacement key tag, white, package 50 6. Vise, Rotating Jaw: Mechanics rotating jaw vise, jaw width 5 inches, maximum opening 5 inches, Throat depth 3 1/8 inches, pipe capacity 1/8 to 3 inches, with single point lock down of jaws. 7. Clampmeter, 600 A AC/DC: Digital clamp on meter, display type 3 3/4 , LCD resistance 600.0/6K Ohms, DC voltage 600 VDC, AC voltage 600 Volts, AC Current 600 amps, DC current 600 amps, auto ranging, true RMS, jaw capacity 1.2 inches AC/DC currnet, backlit with data hold, include soft carry case, test leads, 2 AA batteries, instructions. 8. Heat Gun: Flameless heat gun, current @ 120 VAC 11.6 amps, air velocity 1500 FPM, air volume 14.8 CFM Temperature range 570/1000 degrees fahrenheit, 120 volts 9. Modular soldering iron: Modular soldering iron, heater power rating 45 watts, long taper chisel tip, temperature approximately 900 degrees fahrenheit. 10. Flashlight, Wite Led: Pocket size flashlight, battery 4 LR44, Battery type Alkaline, burn time 130 hours, candle power 6000, lamp life 10,000 hours, white LED lamp, housing color black, body material polycarbonate, water resistant, pre-focused beam, lens polycarbonate, 11. Safety Cabinet, Drum: Indoor drum safety cabinet, capacity 110 gallons, cabinet type metal, vertical 2 crum, door type manual, height 65 inches, width 59 inches, depth 24 inches, 2 doors CLIN 0002 One (1) each Drills kit to include the following items: 1. Caliper, Dial, 0-6 In: Dial caliper, range 0-6 in, graduation 0.0001 In, Jaw depth 1.57 in, dial coor white, dial hand completes one revolution per each 0.100 inches, dial face B, measure outside/inside/step/depth, accuracy 0.0001 in, hardened stainless steel, jaws lapped for accuracy, inverted covered rack, dial movement provides extra shock protection, meets US federal specifications, includes fitted case and certificate of calibration. 2. Punch Set, box, 24 pc: punch set, type box, sizes included two ½ inch center, two 3/8 inch prick, two 3/32, 1/8, 5,32, 3/16, ¼, 5/16 Inch Pin, 24 pieces, set in wood block. 3. Chuck, keyless: Keyless drill chuck, cpacity 3/8 inch, capacity range 0/040 to 0.375 inch, thread mount 3/8-24, converts most 38 inch keyed chucks to keyless. 4. Drill bit, 7/8 in: Silver and Deming drill bit, drill size 7/8 inch, flute length 3 1/8 inches, overall length 6 inches, decimal equivalent 0.8750 inch, ½ inch round reduced shank, 118 degrees point, HSS, oxide, chicago latrobe production grade. 5. Jobber Drill Bit, 1/16: Jobber drill bit, drill size 1/16 inch, flute length 7/8 inch, overall length 1 7/8 inches, decimal equivalent 0.0625 inch, HSS, 118 degress point, general purpose, black oxide. 6. Jobber Drill Bit, 1/8: Jobber drill bit, drill size 1/8 inch, flute length 1 5/8 inches, overall length 2 ¾ inches, decimal equivalent 0.1250 inch, HSS, 118 degress point, general purpose, black oxide. 7. Jobber Drill Bit, E, ¼: Jobber drill bit, Letter size E, drill size 1/4 inch, flute length 2 3/4 inches, overall length 4 inches, decimal equivalent 0.2500 inch, HSS, 118 degress point, general purpose, black oxide. 8. Jobber Drill Bit, 9/32: Jobber drill bit, drill size 9/32 inch, flute length 2 15/16 inches, overall length 4 1/4 inches, decimal equivalent 0.2812 inch, HSS, 118 degress point, general purpose, black oxide. 9. Jobber Drill Bit, 15/32: Jobber drill bit, drill size 15/32 inch, flute length 4 15/16 inches, overall length 5 3/4 inches, decimal equivalent 0.4688 inch, HSS, 118 degress point, general purpose, black oxide. 10. Jobber Drill Bit, #27: General pupose jobber drill bit, flute length 1 7/8 inches, wire size #27, overall length 3 inches, decimal equivalent 0.1440 inch, 118 degrees pint, HSS, Black oxide. 11. Jobber Drill Bit, #26: General pupose jobber drill bit, flute length 1 7/8 inches, wire size #26, overall length 3 inches, decimal equivalent 0.1470 inch, 118 degrees pint, HSS, Black oxide. 12. Jobber Drill Bit, #30: General pupose jobber drill bit, flute length 1 5/8 inches, wire size #30, overall length 2 3/4 inches, decimal equivalent 0.1285 inch, 118 degrees pint, HSS, Black oxide. 13. Jobber Drill Bit, J: jobber drill bit, letter J, flute length 2 7/8 inches, overall length 4 ¼ inches, decimal equivalent 0.2770 inch, HSS, 118 degrees split point, general purpose, black oxide. 14. Jobber Drill Bit, L: jobber drill bit, letter L, flute length 2 15/16 inches, overall length 4 ¼ inches, decimal equivalent 0.2900 inch, HSS, 118 degrees split point, general purpose, black oxide. 15. Jobber Drill Bit, R: Jobber drill bit, letter R, Flute length 3 7/16 inches, overall length 4 ¾ inches, decimal equivalent 0.3390 Inch, HSS, 118 degrees split point, general purpose, black oxide. 16. Wheel, Grinding, 4 ½ In: Portable grinding wheel, diameter 4 ½ In Thickness ¼ in, arbor hole 5/8-11 in, max RPM 13,300, aluminum oxide abrasive, designed for metal grinding long live, type 27. 17. Portable band saw kit: Portable band saw kit, speeds variable, surface ft per min low O, surface ft per min high 350, volts 120, Hz 60 amps 6.0, drive worm gear and chain, rectangle capacity 4 ¾ x 4 ¾ in, round capacity 4 ¾ I, handle design D with front T, blade size 44 7/8 in, bearing ball and roller, tool length 19 ¾ in, tool weight 17 lb, standards UL and CSA, includes 14 teeth bi metal blade and plastic carrying case. Offerors must bid on all items or none. Please provide product manufacturer information. Award will be made based on best value for the Government. The acquisition is 100% set-aside for service disabled, veteran owned small business concerns. The North American Industrial Classification System Code is 423710 with a small business size standard of 100 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov) and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Apr 2003) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Preference for Domestic Specialty Metals (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, central time, 2 Sep 05. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527, ATTN: TSgt Shawn Edwards, or emailed to shawn.edwards@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to TSgt Shawn Edwards (fax and email information above). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/F2XTB95227A400/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN00880088-F 20050827/050825213714 (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.