Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

93 -- Military Working Dog Obstacle Course

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3460196A002-MWDObstacleCourse
 
Archive Date
9/15/2010
 
Point of Contact
Brandon E. Ferris, Phone: 3019812385, DJaris Gladden, Phone: 3019812315
 
E-Mail Address
brandon.ferris@afncr.af.mil, djaris.gladden@afncr.af.mil
(brandon.ferris@afncr.af.mil, djaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Military Working Dog Obstacle Course 1. This is an unfunded requirement; an award will be made if funds become available. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Aquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solictation; quotes are being requested and a written solictiation will not be issued. Solicitation number F1D3640196A002 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solictation document, incorprated provisions and clauses are those in effect through Federal Acquisiton Circular (FAC) 2005-43. 2. This solictation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 326199, All Other Plastics Product Manufacturing, and the business size standard 500 employees. 3. The Government will award a firm fixed price contract for Military Working Dog Obstacle Course Items for use on Joint Base Andrews-NAF Washington MD: Contract Line Item Number 0001: Hurdles, 3 SETS (3 EA per set). Requirements - The hurdles need to have a top edge of 6 inches, width of 48 inches, and be adjustable to heights of 18", 24" and 30". PN M110 or equal. Must be DOD approved. Contract Line Item Number 0002: A-Frame, 3 EA, Requirements - Length 32", Height 72", Width 48 Inches. 4 evenly spaced plates on each slope. PN M200 or equal. Must be DOD approved. Contract Line Item Number 0003: Dog Walk, 3 EA, Requirements -Height 26", Length 216" overall, Width 12" ramp at each end. PN M250 or equal. Must be DOD approved. Contract Line Item Number 0004: Double Stairway, 3 EA, Requirements - Height 94", Width 43". 5 steps on each end step Length 24", Top platform Leng 48". PN M300 or equal. Must be DOD approved. Contract Line Item Number 0005: Window Hurdle Obstacle, 3 EA, Requirements - Opening Height minimum of 36", Opening Width maximum of 48". M350 or equal. Must be DOD approved. Contract Line Item Number 0006: Tunnel, 3 EA, Requirements Length height minimum 146", Opening minimum 19". PN M400 or equal. Must be DOD approved. Contract Line Item Number 0007: 24" Diameter X 35" Long Barrel, 3 EA, PN M410 or equal. Must be DOD approved. Contract Line Item Number 0008: 24" Diameter X 70" Long Barrel, 3 EA, PN M420 or equal. Must be DOD approved. Contract Line Item Number 0009: 24" Diameter X 105" Long Barrel, 3 EA, PN M430 or equal. Must be DOD approved. Contract Line Item Number 0010: Shipping * Any equal product must meet the same characteristics as stated in the provided drawings. Items 0001-0005 need to be made of fiber glass or heavy duty plastics. Tunnels need to be made of Polyethylene. * Delivery Location: 316th Security Forces Squadron 3537 Salem Drive Andrews AFB MD 20762 Comm Phone: 301-981-6669 FOB: Destination; Delivery 30 days upon receipt of order (URO). 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation -- Commercial Items; FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); and 252.232-7010 Levies on Contract Payments (Dec 2006). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 316 CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; and 316CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the lowest price and is able to meet delivery requirements. The Government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their best offer prior to RFQ closing date of 31 August 2010, 12:00 PM EDT; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 6. All questions must be sent via electronic mail (email) to points of contact TSgt Brandon Ferris at brandon.ferris@afncr.af.mil and Ms. D'Jaris Gladden at djaris.gladden@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Questions shall be submitted no later than 12:00 PM EDT, 24 August 2010. 7. All quotes must be sent via electronic mail (email) to points of contact TSgt Brandon Ferris at brandon.ferris@afncr.af.mil and Ms. D'Jaris Gladden at djaris.gladden@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Quotes shall be submitted no later than 12:00 PM EDT, 31 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3460196A002-MWDObstacleCourse/listing.html)
 
Place of Performance
Address: 3537 Salem Drive, Joint Base Andrews-NAF Washington, Maryland, 20782, United States
Zip Code: 20782
 
Record
SN02242354-W 20100818/100816235500-70f26de91b1920d1f1e53074e1a9db5e (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.