Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

42 -- Wheeled Aircraft Fire Extinguishers

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, KANDAHAR RCC, APO AE, Non-U.S., 09355, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
KAF9J3ECE01258-B
 
Archive Date
1/5/2010
 
Point of Contact
Justin Keeney,
 
E-Mail Address
justin.keeney@afghan.swa.army.mil
(justin.keeney@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Please read the entire solicitation carefully before submitting your bid. Bids not conforming to the specifications herein will be disqualified and discarded. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in accordance with procedures described in FAR part 13.1. and FAR part 13.5, Commercial Item Test Program, 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. The reference number for this procurement is KAF9J3ECE01258-B and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-29 & Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009729. For informational purposes the North American Industry Classification System code is NA - Small Business Set aside and NAICS do not apply. The Contract will be a Firm Fixed Price Contract. The government reserves the right to award this requirement to more than one vendor or only one vendor. Description: The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide the following items in support of US Forces Afghanistan: Line Item Items / Salient Characteristics Qty Unit of Issue Cost Total Cost 0001 Wheeled Aircraft Fire Extinguishers •· Compressed Air Foam •· Approx 30 Gallon Premix Tank •· Capacity •· Approximate 600 Gallon Finished Foam Capacity •· At least 300 Gallons Finished Foam Per Minute Max Discharge Rate •· Discharge Distance At least 65 Feet •· Rough Terrain Tires •· Dispensing hose - At least 50 Feet •· Must be UL Tested 110 EA $ $ 0002 Weather Protective Covers 110 EA $ $ 0003 •· Rough Terrain Tires 110 Set $ $ 0004 Portable Diesel Compressor •· Must be capable of completely filling quoted Wheeled Aircraft Fire Extinguishers •· Approx 8.4 SCFM Charging Rate. 4 EA $ $ 0005 AFFF Foam •· Must be compatible with Quoted Fire Extinguishers •· 55 Gallon Drums •· Cold Weather - Freeze Resistant 90 EA $ $ 0006 •· Air Cylinder Pressure Tester / Filler 6 EA $ $ 0007 Shipping •· Must be within 45 days after award 1 LS $ $ All items must be delivered to Kandahar Airfield, Afghanistan within 45 days after award. Shipping Instructions: Shipping may be accomplished through the following commercial air carriers who currently are the only authorized companies to land on Kandahar Air Field: FedEx, DHL, Evergreen, National Air Cargo, and DFS Logistic. The cost for freight shall be included in all quotes. The offeror must indicate, within their quotation, which method of shipping is being used. The Government requires the list of items above to be delivered to Kandahar Air Field, Afghanistan, at the following address: SUPPLY SUPPORT ACTIVITY 286 TH CSSB (SSA) BLDG 501 KANDAHAR AIRFIELD (KAF) KANDAHAR, AFGHANISTAN APO, AE 09355 PLEASE QUOTE ACCORDING TO THE SPECIFICATIONS. PRODUCT PROPOSALS SUBMITTED THAT DO NOT CONFORM TO SPECIFICATIONS WILL NOT BE CONSIDERED. PLEASE DESCRIBE YOUR PRODUCTS IN AS MUCH DETAIL AS POSSIBLE, INCLUDING BUT NOT LIMITED TO BRAND NAME MODEL NUMBERS, AND SPECIFICATIONS. TECHNICAL SPECIFICATIONS OF ALL EQUIPMENT MUST BE INCLUDED WITH QUOTATION. ALL QUOTES MUST INCLUDE A DELIVERY SCHEDULE AND TIME FRAME. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation meets or exceeds the stated salient characteristic - at the lowest price. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, 252.212-7000, Offeror Representations and Certification - Commercial Item, 252.225-7020, Trade Agreements Certificate, with their offer. The following clauses are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 1, 19, 20, 21, 22, 24, and 34. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional DFARS clauses cited in the clause applicable to this acquisition are: (a), (b) 1, 11, 24. Electronic mail quotations will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application if you are NOT already ORCA registered. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Offers are due 12:00 pm Afghanistan 21 December 2009. Quotations may be submitted to Justin Keeney via e-mail to justin.keeney@afghan.swa.army.mil or mailed to KAF RCC, APO AE 09355. DSN 318-841-1248 LATE QUOTES WILL NOT BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f7c9819c1f6b345d07478df96e4da4d)
 
Place of Performance
Address: Kandhar Airfield, Afghanistan
 
Record
SN02027137-W 20091219/091217235631-5f7c9819c1f6b345d07478df96e4da4d (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.