SOLICITATION NOTICE
42 -- Purchase Fire Fighter Protective Clothing
- Notice Date
- 3/31/2008
- Notice Type
- Solicitation Notice
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
- ZIP Code
- 96853-5230
- Solicitation Number
- F2C1EC8022A001
- Response Due
- 4/7/2008
- Archive Date
- 4/22/2008
- Point of Contact
- Marcos Morales, Contract Specialist, Phone (808) 448-2975, Fax (808) 448-2911, - Daffeney Dortly, Contract Specialist, Phone 808-448-2972, Fax 808-448-2911
- E-Mail Address
-
marcos.morales@hickam.af.mil, daffeney.dortly@hickam.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC8022A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0303, and Air Force Acquisition Circular (AFAC) 2008-0128. This acquisition is a small business set aside under NAICS code 423490 and small business size standard of 100 Employees. This RFQ contains nine (9) line items. The item is on a firm fixed price basis. The line items are as follows: ALL ITEMS SPECIFIED IN THIS RFQ ARE BRAND NAME OR EQUAL. Item No Description Qty U/I Unit Price Total Price 0001 Proximity Coat NFPA 2007 Edition Construction and Labeling Blood borne Pathogen Resistant (BPR), see attached compliant specifications 0001AA Size 44 8 EA 0001AB Size 46 10 EA 0001AC Size 48 6 EA 0002 Proximity Pant NFPA 2007 Edition Construction and Labeling Blood borne Pathogen Resistant (BPR), see attached compliant specifications 0002AA Size 44 10 PR 0002AB Size 46 10 PR 0002AC Size 48 4 PR 0003 Proximity Helmet, Life Force Plus, Blood borne Pathogen Resistant (BPR) 24 EA 0004 ARFF Boot, NFPA Compliant 0004AA Size 9W 4 PR 0004AB Size 9.5W 4 PR 0004AC Size 10W 4 PR 0004AD Size 10.5W 4 PR 0004AE Size 11W 4 PR 0004AF Size 11.5 4 PR 0005 Aluminized Proximity Gloves, Wristlet Super Glove, Wristlet Style, NFPA 1971, Blood borne Pathogen Resistant (BPR), 0005AA Size Small 2 PR 0005AB Size Medium 4 PR 0005AC Size Large 8 PR 0005AD Size Extra-Large10 PR 0006 Nomex Flying Gloves 0006AA Size 9 6 PR 0006AB Size 10 6 PR 0006AC Size 11 6 PR 0006AD Size 12 6 PR 0007 Hood, Nomex, Full Face and Chest, Vent 24 EA 0008 1506, TSA Peli Lock 48 EA 0009 Shipping Cost to Hickam AFB, HI 1 LS TOTAL COST Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Offeror may propose an alternate proposal if offering more than one solution. Any questions in regards to this solicitation must be submitted NLT 4 April 08 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), 7 April 2008. Electronic quotes are acceptable. Submission may be made via email to marcos.morales@hickam.af.mil and, daffeney.dortly@hickam.af.mil via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Marcos Morales and/or, TSgt Daffeney L. Dortly 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (c) Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF). Offerors must be registered in the CCR (http://www.ccr.gov) database to receive a contract award. If the offeror does not become registered in the CCR database as well as WAWF (https://wawf.eb.mil) database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offeror responding to this requirement must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items located on following website: http://orca.bpn.gov. 252.225-7000 Buy American Act--Balance of Payments Program Certificate. (a) Definitions. ?Domestic end product,? ?foreign end product,? ?qualifying country,? ?qualifying country end product,? and ?United States? have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government? (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that? (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _______________ __________________ _______________ __________________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________ _______________________ ________________ _______________________ (End of provision) Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award 252.204-7004, Alternate A, Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable to this acquisition along with the following addenda: 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 252.247-7023 (Alt III), Transportation of Supplies by Sea NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); 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.fbo.gov/spg/USAF/PAF/15CONS/F2C1EC8022A001/listing.html)
- Place of Performance
- Address: 90 G Street Bldg 1201 Hickam AFB, HI
- Zip Code: 96853
- Country: UNITED STATES
- Zip Code: 96853
- Record
- SN01545704-F 20080402/080401073251 (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 |