Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

84 -- Fire Fighting PPE Coats and Trousers

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3F37205A003
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F1B3F37205A003 is hereby issued as a Request for Quote. This solicitation requires the purchase and delivery of below items to supplement existing radio and telephone system to include the following: 1. Size 40 Fire Fighters Coat (Structurals) S40 DVY 4 ea 2. Size 42 Fire Fighters Coat (Structurals) S40 DVY 6 ea 3. Size 46 Fire Fighters Coat (Structurals) S40 DVY 5 ea 4. Size 48 Fire Fighters Coat (Structurals) S40 DVY 5 ea 5. Size 38x30 Fire Fighters Trousers (Structurals) S82 DVY 3 ea 6. Size 40x30 Fire Fighters Trousers (Structurals) S82 DVY 2 ea 7. Size 40x32 Fire Fighters Trousers (Structurals) S82 DVY 5 ea 8. Size 40x34 Fire Fighters Trousers (Structurals) S82 DVY 2 ea 9. Size 44x32 Fire Fighters Trousers (Structurals) S82 DVY 3 ea 10. Size 44x32 Fire Fighters Trousers (Structurals) S82 DVY 2 ea 11. Size 46x30 Fire Fighters Trousers (Structurals) S82 DVY 3 ea Bacou-Dalloz or Equal Delivery: 30 Days This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 12.603, Streamlined Solicitation for Commercial Items. One award will be made based on price and delivery time. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2004) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (2:00 P.M.) CST, 14 Sep 2007. Quotations may be sent via mail to the above-stated address, faxed to (580) 481-5138, or submitted by e-mail to: bradford.shagrin@altus.af.mil. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-01 effective 09 March 2005. The following clauses and provisions shall also be included in this solicitation: FAR clause 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (SEP 2006); FAR clause 52.204-4, Printed or Copied Double Sided on Recycled Paper (AUG 2000); FAR clause 52.204-6, Data Universal Numbering System (DUNS) Number (OCT 2003); FAR clause 52.203-5, Covenant Against Contingent Fees (APR 1984); and Far clause 52.203-7, Anti-Kickback Procedures (JUL 1995). FAR clause 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006), block 27a- is incorporated by reference and applies to this acquisition. FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), shall also be incorporated. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), is incorporated by reference and applies to this acquisition. FAR clause 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2007) (DEVIATION) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR Clause 52.219-28, Post Award Small Business Program Representation (June 2007); 52.222-26, Equal Opportunity (E.0.11246) (MAR 2007); 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006); 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUL 2005); 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (MAY 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires, (29 V.S.C. and 41 V.S.C. 351, et seq.) (MAY 1989); 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003). Also in incorporation are the following: 52.216-24, Limitation of Government Liability (APR 1984); and 52.216-25, Contract Definitization (OCT 1997) as defined in this solicitation. The DFARS clauses and provisions that apply to this solicitation are: DFARS clause 252.204-7004, Required Central Contractor Registration (NOV 2003); DFARS clause 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006); DFARS clause 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JUN 2005); DFARS clause 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS clause 252.225-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (OCT 2006); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); DFARS clause 252.232-7003, Electronic Submission of Payment Request, (MAR 2007); and DFARS clause 252.204- 7004, ALT A Required Central Contractor Registration (NOV 2003). In addition, AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 339113, with size standard not to exceed 500 employees. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration (CCR) database. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications (ORCA) website: http://orca.bpn.gov. Contractor MUST be registered in CCR and ORCA under the NAICS code for this solicitation to be considered for award. Failure to do this will result in a forfeiture of your submittal. The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the requirement, etc). Points of contact include: Bradford Shagrin, Contract Administrator, 580-481-7251; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132 (Attn: SSgt Bradford Shagrin). You may also contact said P.O.C. via phone: (580) 481-7251, fax: (580) 481-5138, or e-mail: bradford.shagrin@altus.af.mil
 
Place of Performance
Address: 97 CES/CEF, Altus AFB OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01400858-W 20070912/070910220718 (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.