Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

N -- ENGINE EXHAUST REMOVAL SYSTEM

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2V3F97166A00-1
 
Response Due
9/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial commodity prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and is current as of FAC 2005-18. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The 6th Contracting Squadron, MacDill AFB, Florida requires, for 2 (two) Fire Stations: *************************** Fire Station 1 (one): 8 (eight) Complete Exhaust Removal Filtration Systems, for removal of hazardous emissions from fire rescue vehicles and other heavy equipment; ceiling hung (vertical or horizontal). Offer needs to include any applicable filters, filter gauges, control panels, and activation packages. Additionally, the systems have to meet, at a minimum, 400 cfm (cubic feet per minute) of air cleaning. Any proposal that does not certify this standard will not be considered for award. NOTE: The dimension of the bay area that will accommodate the 8 (eight) exhaust removal systems is 150' by 87' (Bldg 107). *********************************** Fire Station 2 (two): 3 (three) Complete Exhaust Removal Filtration Systems, for removal of hazardous emissions from fire rescue vehicles and other heavy equipment; ceiling hung (vertical or horizontal). Offer needs to include any applicable filters, filter gauges, control panels, and activation packages. Additionally, the systems have to meet, at a minimum, 400 cfm (cubic feet per minute) of air cleaning. Any proposal that does not certify this standard will not be considered for award. NOTE: The dimension of the bay area that will accommodate the 3 (three) exhaust removal systems is 64' by 34' (Bldg 26). **************************** This requirement is being solicited as a small business set-aside. A firm fixed price contract will be awarded. The North American Industry Classification System code (NAICS) is 333411 the size standard of which is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 5 July, 2007, DFAR DCN 20070531, and AFAR 20070531. ************************** Delivery Address: 6 CES/CEF ATTN: TSgt Hayes 3411 Fire House Lane, Bldg 107 MACDILL AFB FL 33621-5101 TEL: 813-624-5192 ************************* PLEASE NOTE: Award criteria will be based on lowest price technically acceptable, with overall best value to the government. Contractor will be required to install the Exhaust Removal Filtration Systems. A site visit (recommended, but not required) is scheduled for 6 Sep 07, at 0900 EST. All interested parties will be escorted from the MacDill's visitor control center to the site visit. The oferor's proposal that was selected after evaluation, will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration, ORCA or provide reps and certs as found in FAR 52.212-3, and not found ineligible for award on the Excluded Partied List System EPLS. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference ( full text of provisions and clauses may be obtained via the internet: http://farsite.hill.af mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.213-2, Invoices; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination; FAR 52.219-28 Post-Award Small Business Program Rerepresentation. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: 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 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) an ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). Numbered Notes: 1, 22, and 23 apply.
 
Place of Performance
Address: Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL
Zip Code: 33621-5000
Country: UNITED STATES
 
Record
SN01390771-W 20070901/070830221910 (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 |
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.