SOLICITATION NOTICE
N -- DFP Portable Shields
- Notice Date
- 8/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F4E32Q7232A001
- Response Due
- 9/7/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit written offers (oral offers will not be accepted), on Reference Number F4E32Q7232A001. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 20070802. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) code for this acquisition is 561612. For the purpose of this procurement the small business size standard is $11.2 Mil. The following commercial items are requested in this solicitation: Quantity of two (2) each, Personal Protected Post ? Mobile Shield for Personal Protection, Mobile shield for temporary check points, 5.56 mm, 7.62 mm bulletproof walls, 42 mm bulletproof glass on 3 sides, wide canopy bulletproof roof, Security Pro USA Code MIF_PPP OR EQUAL. Items to be delivered FOB: Destination to Whiteman AFB, MO 65305. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34, F.O.B. Destination; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 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 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act?Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. 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; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; and DFARS 252.232-7003, Electronic Submission of Payment Requests. The clause and provisions at AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Offerors must complete paragraph (k) of provision FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, and submit it with their offer if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Offerors who have not completed the annual representations and certifications electronically at the ORCA website shall complete paragraphs (b) through (j) of provision FAR 52.212-3. Responses to this notice must be in writing; facsimile responses are acceptable. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) database @ www.ccr.gov to be considered for award. All prospective offerors interested in submitting an offer must have a commercial and government entity (CAGE) code. All responsive offerors will be considered by the agency. All quotes must be emailed or faxed to SSgt Jennifer Rohrbach at jennifer.rohrbach@whiteman.af.mil, facsimile 660-687-5462. Quotes are required to be received no later than 3:00 PM CST, Friday, 7 Sep 2007. For any questions or concerns, you may call 660-687-5415.
- Place of Performance
- Address: 509 SFS/SFOSS - F4E32Q, 1031 VANDENBURG AVE STE 130, WHITEMAN AFB MO
- Zip Code: 65305
- Country: UNITED STATES
- Zip Code: 65305
- Record
- SN01386202-W 20070829/070827220841 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |