Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

99 -- Military Wraps

Notice Date
1/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
313320 — Fabric Coating Mills
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD183557A001A
 
Archive Date
2/5/2009
 
Point of Contact
Thomas I. Van Horn, Phone: 8502839147, Melissa J Mullinax,, Phone: 850-283-8644
 
E-Mail Address
thomas.vanhorn@tyndall.af.mil, melissa.mullinax@tyndall.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F4ATD183557A001; and this is a Request For Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the Best Value to the Government. The required delivery time is 12 February 2009. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-29. This acquisition is to be 100% small business set aside; the North American Industry Classification System (NAICS) code is 313320. The Federal Supply Class (FSC) is 9900. All quotes must reflect FOB Destination to Tyndall AFB, Fl 32403. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: Product specifications. All items are Military Wraps or Equal Item number 0001- 18808 Sq Ft of Graphic Design Military Wrap (to cover Sealand Containers to simulate Middle Eastern Bldgs)Material Designed Specifically consisting of a S.1 Mil Soft White Gloss, Highly Conformable,Polymeric Air Egress PVC Film Coated on one side with a permanent Opaque, Acrylic pressure sensitive adhesive with air egress technology and supplied with an 80# poly coated release liner. ppiw(n/25MM 3.2 (13.5). Atmospheric temp ranges bottom -65. Over laminated with a (design choose from Military Wraps P.I.R.A.T.E. Catalog selection, Background design: M091, M005 & M006, Window design: 034, Door Design: 015) Patented tactical flat laminated finish to withstand temperatures in the range of -65 degrees to 247 degrees farenheight. The wraps shall have the following characteristics: The wraps shall have the following characteristics: 10 year warranty against Fading, cracking, peeling. Ability to be installed with minimum surface preparations. Singularly cohesive product that can be installed uniformly on all surfaces. Ability to be installed and removed without damaging the host surface. Ability to quickly reconfigure without having to remove first application (layer). Capability to be water proof, mold, mildew resistant, flame resistant and flame retardant. Withstands temperature range of -65 to 265 degrees Fahrenheit. Gasoline Resistant and Humidity Resistant. Thermal IR intellectual properties. DECON intellectual properties. SATCOM/RF intellectual properties. Registered and compliant in ITAR. This contract calls for manufacture and installation of above materials. Wrapping face side + two ends of 17 (20') containers and 20 (40') containers. Included is Arabic signage and graphics, windows, installation, Design, Production, Travel, etc. shall be Included. Materials shall be installed & in place by 12 February 2009. The anticipated award date is 23 of January 2009. Additional notes: contractors are asked to submit their tax identification number with their proposal. FOB Destination must be reflected in the quote. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement and price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. 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. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. 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 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail (preferred) or to fax number (850) 283-8491. Quotes must be received at the 325th Contracting Squadron, LGCBB flight, no later that 13:00 a.m. CST on 21 January 2009. The point of contact for this solicitation is SSgt Thomas Van Horn, Contract Specialist, (850) 283-9147,thomas.vanhorn@tyndall.af.mil. Alternate point of contact is Melissa Mullinax, Contracting Officer, (850) 283-8644, melissa.mullinax@tyndall.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=391b11e1321e2e79e03766f17bccaaed&tab=core&_cview=1)
 
Place of Performance
Address: Tyndall AFB, FL-- 823 RHS Training Center, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01730576-W 20090114/090112214839-391b11e1321e2e79e03766f17bccaaed (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.