Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

42 -- Flashover Trainer

Notice Date
6/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-T-0104
 
Archive Date
10/30/2008
 
Point of Contact
Scott E. Rogers,, Phone: 719-333-6368, Carol L. Mohr,, Phone: 7193336357
 
E-Mail Address
scott.rogers@usafa.af.mil, carol.mohr@usafa.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number FA7000-08-T-0104 is being issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-07. All applicable provisions and clauses are included in the actual solicitation. This electronic announcement constitutes the only solicitation being issued. This procurement is unrestricted by business size and socio-economic category and competition is full and open. The North American Industry Classification System (NAICS) code is 423850, and the small business size standard is 100. Women and women owned, service disabled veteran owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract for the following: The USAFA, 10 CES/CERF, has a requirement for a Flashover Firefighting Training Device. See the Statement of Work (below) for specific details. There are three (3) CLINS. CLINS 0001, 0002, and 0003: CLIN 0001, one (1) each Flashover Fire Fighting Training Device; CLIN 0002, Transportation to the USAF Academy; and, CLIN 0003, Operator training for 10 personnel. Delivery is to be made no later than 180 days from date of contract to the USAFA Fire Training Facility. Provide a price quote for each of the following CLINS and total price (fill in all blanks): CLINITEM*****Item Price***** 0001Flashover Fire Fighting Training Device 0002Delivery to the USAF Academy Fire Training Facility 0003Operator training for 10 personnel at USAFA Total Contract Price: Total Price: The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. The Government will award a firm fixed price service contract from this solicitation to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. The provisions 52.212-1, Instructions to Offerors, apply to this acquisition. In your quote, please provide: company name, address, telephone number, date of offer, offer number, quote price; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the Central Contractor Registry (CCR) System and your online Representations and Certifications must be completed at the following website: http://orca.bpn.gov/publicsearch.aspx. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000, Offeror Representations and Certifications, with its offer. This acquisition must comply with the Buy America Act and, as such, a Buy America Act Certification will be provided for your completion and signature. Quotes must be received NLT 3:30PM MST, July 7, 2008, by e-mail at scott.rogers@usafa.af.mil, FAX 719-333-6368, or mail to: Mr. Scott E. Rogers, 10th Contracting Division (LGCA), 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. The Government will not reimburse any interested parties for any monies spent to provide a response to this combined solicitation/synopsis. The following FAR and DFARS clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, with Addendum to FAR 52.212-4 (c); FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Deviation)-Commercial Items; FAR 52.219-14, Limitations on Subcontracting; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic submissions of Invoices (to be eligible for contract award or payment the Offeror must be registered in the DoD Central Contractor Registry (CCR) and the Wide Area Work Flow system); 5352.242-9000, Contractor Access to Air Force Installations; and, 252.204-7004, (ALT A) Central Contractor Registration (52.204-7) Alternate A. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. Statement of Work: 1. Provide a two (2) compartment live fire flashover training system that includes two separate compartments. The first compartment should be a burn chamber that is elevated about three (3) feet above compartment two that serves as an observation chamber allowing firefighters to observe the fire cycle while staying below the thermal conditions occurring in the burn chamber. The trainer must include an access/loading chamber platform off of the burn chamber for loading burn materials. The trainer will burn Class A materials. 2. The dimensions must approximate the following requirements: Burn Chamber: 10 foot long by 8.5 feet high; Observation Chamber: 20 foot long by 8.5 feet high; Weight: Approximately 12,000 pounds. 3. The device must be constructed to have the equivalent characteristics: The walls and ceilings of the burn and observation chamber must be lined with high temperature insulation material and protected with a seam welded layer of number 8 gauge steel; the exterior walls and ceiling must be 14 gauge steel and the interior must have a number 8 gauge sheet metal covering the insulation; there must be a 5/8 inch chain on the walls, ceiling, and doors of the burn container; there must be a ventilation system in place between the burn chamber and the observation chamber; the floor of the burn container must be concrete paving; the burn container must contain two (2) crib fire drums for burn materials; the observation room must have two (2) side entry doors without locks (one on each side of the trainer); there must be access to the trainer designed specifically for hose lines; there must be jacks under the burn container for additional support. 4. The trainer must meet or exceed NFPA 1001, 1403, and 1500 standards. 5. Training: The provider shall provide on-site operator training (train-the-trainer) for 10 personnel
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f27cf28557a4cfa99bca7ed32b0e6ecc&tab=core&_cview=1)
 
Place of Performance
Address: United States Air Force Academy Fire Training Facility, United States Air Force Academy, Colorado, 80840-2315, United States
Zip Code: 80840-2315
 
Record
SN01604366-W 20080702/080630220746-f27cf28557a4cfa99bca7ed32b0e6ecc (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.