Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

42 -- Gas Mask and Respirator Fit Tester

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0170s
 
Point of Contact
Richard E. Fries, Phone: 9375224527
 
E-Mail Address
richard.fries@wpafb.af.mil
(richard.fries@wpafb.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 Federal Acquisition Requirements (FAR) 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 requirement is FA8601-10-T-0170s and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, 02 August 2010. This acquisition is going to be 100% Small Business Set-Aside under North American Industry Classification System code 334510 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: This RFQ has three Contract Line Items: CLIN 0001 Gas Mask and Respirator Fit Tester, Qty 4 CLIN 0002 Onsite set up of Gas Mask and Respirator Fit tester, Qty 1 CLIN 0003 Onsite training, Qty 1 Contractors shall provide quotes for these items in accordance with the requirements listed below: Requirements Gas Mask and Respirator Fit Tester minimum requirements: 1. It must be compatible with DOEHRS (Defense Occupational and environmental health readiness system) 2. It must be OSHA approved 3. Must be able to provide a quantifiable "Fit Factor" on the 3M N-95 masks and Kimberly Clark filtering face pieces. 4. Must be able to provide fit tests for the following masks: a. 3M 6000 Series half and full Face b. 3M 7000 Series half and full Face c. 3M 7500 Half face d. MSA comfo classic half face e. MSA ultra twin full face f. MSA Millennium g. MSA firehawk Responder h. MSA Advantage 200 LS i. MSA MCU 2/P j. Drager Panorama Nova Full k. North 7700 Series Half Face l. M-45 m. M-50 5. On site set up of Gas Mask and Respirator Fit Tester 6. Onsite operator training for 1 day (up to 8 hours) for 4 to 8 people on Wright Patterson AFB, Ohio Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of Gas Mask and Respirator Fit Tester offered to clearly show how it meets or exceeds all of the requirements listed under the Requirements for the Gas Mask and Respirator Fit. The Contracting Officer will review and evaluate quotations and the information furnished by the offeror based on the factors listed below in this solicitation. Before price is considered, the proposal must meet the technical capabilities. The Gas Mask and Respirator Fit Tester required delivery date is 30 days after the date on the contract. The delivery location and FOB point will be Wright-Patterson AFB, Ohio. Acceptance will be done by the Government. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical (ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3, Representations and Certifications (submit as part of the quote) The following clauses are incorporated by reference and apply to this acquisition: 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. The clauses that are check marked as being applicable to this purchase are: FAR 52.219-6 (Alt 1), Notice of Total Small Business Set- Aside FAR 52.219-28, Post Award Small Business program Representation FAR 52.222-3, Convict Labor FAR 52-222-19, Child Labor FAR 52-222-21, Prohibition of Segregated Facilities FAR 52-222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payments Program - DFARS 252/225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program - DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 12:00 PM, Eastern Standard Time on 13 September 2010. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to richard.fries@wpafb.af.mil or send requested information to: ASC/PKOAB Attn: Richard Fries 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Richard Fries at (937)522-4527 or richard.fries@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0170s/listing.html)
 
Place of Performance
Address: Medical Materiel, 4881 Sugar Maple Drive, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02268226-W 20100905/100903235653-35952454e242b7e4843943a1f918eff1 (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.