Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2008 FBO #2453
SOLICITATION NOTICE

N -- Install GFE Fall Protection and Certify Load Test

Notice Date
8/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
F2F2018150A001
 
Response Due
8/18/2008
 
Archive Date
9/2/2008
 
Point of Contact
Justin P. Keeney, Phone: 8508846200
 
E-Mail Address
justin.keeney@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 commerical items and Far Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued.. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-26. This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 238290 with a size standard of $13M; the SIC code is 1799. Description: Install, inspect, and certify fall restraint equipment for maintenance hangers 90029, 90032, 90816 and 90700. The installation includes government furnished eequipment supplied Miller brand Fall Restraint Equipment and to test/certify the items to ensure they meet or exceed all personnel fall restraint requirements listed in AFOSH 91-100 chapter 8 and AFOSH 91-105 chapter 13. This will also include the inspection and testing of equipment used with the fall protections devices to include harnesses and lanyards, where required, to ensure that the items meet or exceed all ANSI, OSHA, and CSA standards. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Line Item 0001: Installation of stated hanger 90032 equipment and load test of equipment Provided Hanger 90032 equipment list 11 each – TL20G/20ft Fall Protection, 11 each – 8816-4 beam clamps,11 each – carabineers 4RC51,1 each – extra small harness GR5AR47384,8 each – universal #ID815,550ft soft cotton parachute cord 1/8 inch or ¼ inch as available, Line Item 002: Installation of stated hanger 90029 equipment and load test of equipment, Provided Hanger 90700 equipment list;8 each – RL50G/20ft FP Devices Granger # IRL10,8 each – 8816-4 beam clamps,8 each – carabineers 4RC51 400ft soft cotton parachute cord 1/8 inch or ¼ inch as available, Line Item 003: Installation of stated hanger 90700, Provided Hanger 90700 equipment list;8 each – RL50G/20ft FP Devices Granger # IRL10,8 each – 8816-4 beam clamps,8 each – carabineers 4RC51,400ft soft cotton parachute cord 1/8 inch or ¼ inch as available, Line Item 004: Installation of stated hanger 90816 equipment and load test of equipment and load test of equipment, Provided Hanger 90816 equipment List;7 each – RL50G/20ft FP Devices Granger # IRL10,4 each – RL30G/30ft FP Devices,11 each – 8816-4 beam clamps,11 each – carabineers 4RC51,1 each – extra,small harness GR5AR47384,8 each – universal #ID815,550ft soft cotton parachute cord 1/8 inch or ¼ inch as available, FOB: Destination for delivery to Hurlburt Field Air Force Base, Florida, 32544. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors—Commercial Items ( June 2008 ). It is amended to read: Offeror shall submit signed and dated offer to 1SOCONS/LGCY, Attn: Justin Keeney, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810 by 15 August 2008 at or before 3:30pm local time. Submit signed and dated quotations on company letterhead. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-4, Contract Terms and Conditions-Commercial Items(Feb 2007). The following clauses are added as an addendum to 52.212-4: FAR52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); HF037 Wide Area Work Flow Statement (WAWF). Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Performance Price Trade off (PPT). (Sample: Performance Price Tradeoff (PPT) procedures will be utilized to evaluate this solicitation for award. Technical Compliance will be rated as either acceptable or unacceptable. To be determined acceptable, the offered product must be the items required by Contract Line Items 0001 through 0004. Once the offer is determined Technically Acceptable, price and past performance shall be considered. Both factors considered, past performance shall be significantly greater than price. Each offeror shall include with the proposal, recent and relevant past performance information for similar contracts performed within the past 3 years. Information shall include: point of contact with phone number and FAX number, dollar amount of award and contract number. ) FAR 52.212-3, Offeror representations and Certifications (Jun 2008) —Commercial Items with its Alt I. Offeror must include a completed copy of this provision with their proposal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2008) —Commercial Items (Deviation) applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: DFARS 252.212-7001, Contract Terms and Conditions (MAR 2008) Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following: The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is Justin Keeney, Contract Specialist, Phone (850) 884-6200, FAX 850-884-5372, E-Mail: justin.keeney@hurlburt.af.mil Contracting Officer,Michael Wenrick, (850) 884-1269, E-Mail: michael.wenrick@hurlburt.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86cefcc07a8a850b800f434a41730f34&tab=core&_cview=1)
 
Place of Performance
Address: Hurlburt Field AFB, Florida, USA, Hurlburt, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01638184-W 20080814/080812225338-86cefcc07a8a850b800f434a41730f34 (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.