SOLICITATION NOTICE
42 -- Fire Fighter Equipment
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X3C71200A001
- Archive Date
- 9/13/2011
- Point of Contact
- Lance Daniel Haywood, Phone: 334-953-7393
- E-Mail Address
-
lance.haywood1@maxwell.af.mil
(lance.haywood1@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-53 (4 Aug 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110725. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 333999; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: The 42 CES/CEOF has a requirement to purchase the below listed item. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 31 Aug 11, 6:00 p.m CST. This acquisition is for the purchase of the following item: CLIN 0001-AA: LIGHT DUTY RESCUE HELMET WITH VENT: Gravitec/PMI Part# HAT-PM-HL33608 or equal. Or equal must have kevlar construction, three point chin harness, ear protection and safety light compatible, adjustable from 54-64 cm. Quantity 10 each CLIN 0002-AA: AUTOMATIC EXTERNAL DEFIBRILLATORS (AED) ZOLL AED PLUS WITH ONE-PIECE CPR-D PADZ OR EQUAL: Or equal must meet the following specifications: Contains one CPR-D Padz, One set of (10) 123 Type Lithium Batteries and Operator's Guide. Features LCD screen showing voice prompt messages, device advisory messages, elapsed time, shock count and chest compression graph. Quantity 4 each CLIN 0003-AA: TWO TRAFFIC CONE TOTE: NAFECO Part Number AV-PU28-5 or equal. Or equal should meet the following specifications: Traffic Cone, Collapsible, Height 28 In., Orange/White Color, Nylon Material, Base Type Heavy-Duty Polypropylene Square, Base Dimension 12 1/2 In., Storage Size Length 2 1/2 In., Storage Width 12 1/2 In., Tape Color Silver, Tape Material Reflective, Standards MUTCD Regulations for Traffic Cones and Channeling Devices, Fits Cone Height 24 In., Includes 4 Cones, Lights That Flash 100,000 Times or Burn Steadily for 36 Hours, Carrying Bag, Replaceable Lithium Battery, Package Includes 4 cones. Quantity 2 kits each. CLIN 0004-AA: Item 4: FIRE HOSE 1.75 INCH: This item: color designated by customer at order. Fire Hose, Cotton, Synthetic jacket, 1 3/4 inch diameter by 50 foot section, coupled. Meets NFPA requirements. Made for firefighting. Quantity 8 sections. CLIN 0005-AA: RESCUE/FIRE FIGHTING THERMAL IMAGER WITH DIGITAL TEMPERATURE GAUGE, HIGH-HEAT SENSOR, AND ELECTRONIC THERMAL THROTTLE. Bullard or equivalent. Product specifications should not deviate more than 5% of each dimension or weight element. Customer must approve all deviations. Specification as follows: digital temperature gauge on screen; thermal throttle control to set temperature according to situation; weight with battery not greater that 1.5 lbs; dimensions height 3.4 inches, length 6.5 inches, width 4 inches; can withstand heat 500degees Fahrenheit (F) for 5 minutes and 300 degrees F. for 13 minutes;.resolution 80 x 60 array; impact drop test no functional damage from 6 foot drop as tested; thermoplastic shell operating time greater than 3 hours; start-up time not greater than 4 seconds; battery life greater than 800 charging cycles; update rate 30 hz, thermal stabilization 0-175 degrees F.; dynamic range 1020 degrees F.; numeric temperature measurement in F. Thermal imager must be easy to operate by firefighter's gloved hands. Must have one desk-top battery charger per unit (6 total) and include two extra batteries per unit (12 extra, 18 total-12+6). Quantity 6 each CLIN 0006-AA: FIRE HOSE 2.5 INCH: Item specifications: Red 2-1/2 inch, 50 foot section, coupled. Meets NFPA requirements. Made for firefighting. Quantity 8 sections CLIN 0007-AA: FIRE HOSE 3 INCH: Item specifications: Red 3 inch Rubber, 50 foot sections,coupled. Meets NFPA requirements. Made for firefighting. Quantity 8 sections CLIN 0008-AA: FIRE HOSE 5 INCH: Item specifications: Red 5 inch, 100 foot' sections, Rubber, Coupled with Storz couplings. Meets NFPA requirements. Made for firefighting. Quantity 10 sections CLIN 0009-AA: 5 INCH STORZ CAP: Item specifications: Kochek or equivalent (must be a Storz compatible connection to work with current fire hose); Made for firefighting. Quantity 10 each CLIN 0010-AA: Heavy duty retractable strap lanyard for with carabineer (for Bullard T-3 type imager) for thermal imager connection to SCBA. Quantity 6 connector straps. CLIN 0011-AA: FIRE HOSE TESTER ELECTRIC 3GPM 500PSI. Akron #HT-15-C or equal: or equal will be 1 1/2 inch valves and piping, 1 1/2 inch swivel and four 2 1/2 inch male discharges, allows for proper air and water release from hoses being tested. Tested can safely produce pressures to service test firefighting hose to NFPA standards (500 PSI). Quantity 1 each CLIN 0012-AA: PISTON INTAKE VALVE 6 NH TO 5 STORZ Style 7980 Akron (or equal) Black Max low profile Intake piston Valve, Outlet (pump side) size 6 inch NH thread, long handle to inlet (hose side)5 inch full time Storz swivel connection with storz cap and chain, The Black Max is made from corrosion resistant stainless steel and poly-impregnated aluminum for a durable piston intake valve. A large unique oval waterway increases efficiency while reducing the overall size. The low profile design keeps the connection inside vehicle frame area where damage by objects while driving vehicle can occur. Matches all other units we currently have on vehicles. Made for firefighting. Must meet industry standard of 10 years against corrosion and manufacturer defects; 250 SPI operating pressures; low friction loss; 53 degree elbow; 3//4 inch bleeder valve; piston made of polymer material; must be compact size for safety not greater than height18 7/90 inches, width 9 9/16 inches, depth 11 15/16 inches. Quantity 1 each CLIN 0013-AA: FIREFIGHTING NOZZLE 95 GPM TO 300 GPM 2.5 INCH NOZZLE WITH PLAY PIPE: H-2 Blitz, or equivalent: Item Specifications: These nozzles are Variable gallonage constant pressure with built-in relief valve to optimize safety and decrease amount of fatigue on firefighters. Made for firefighting. Quantity 2 each CLIN 0014-AA: FIREFIGHTING NOZZLE 95 GPM TO 300 GPM 1.5 INCH NOZZLE WITH PISTOL GRIP: H-VPG, or equivalent as approved by the customer. Item Specifications: These nozzles are Variable gallonage constant pressure with built-in relief valve to optimize safety and decrease amount of fatigue on firefighters. Made for firefighting. Quantity 2 each CLIN 0015-AA: HEAVY DUTY HYDRANT WRENCH Kochek or equal. Steel/ductile iron. Fits 1-'/2 inch - 6 inch pin/ rocker lugs. Made for firefighting. Quantity 4 each CLIN 0016-AA: STORZ UNIVERSAL SPANNER WRENCH: Kochek or equal. Fits 4 inch - 6 inch Storz and 1-'/2 inch - 3 inch rocker lugs. Made for firefighting. Quantity 8 each NOTE *** Shipping should be inclusive of product cost. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specifications, terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple offerors nor multiple awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror accedes to all solicitation requirements (See Quotation Preparation Instructions) and then award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: 52.211-6 -- Brand Name or Equal FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor; 52.222-19, Child labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.223-18 Contractor Policy to Ban Text messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To This Defense Acquisition Of Commercial Items, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former Dod Officials 252.225-7000 Buy American Act--Balance of Payments Program Certificate. As prescribed in 225.1101(1), use the following provision: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2009) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea, Alt III 52.252-2, CLAUSES INCORPORATED BY REFERENCE, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Primary: Mr. Jones/ Alternate: Mr. Smith, 1 F Street, Suite 1 Randolph AFB TX 78150-4324]]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Note 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Note 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: TBD at time of award@maxwell.af.mil Contract Specialist: lance.haywood1@maxwell.af.mil Contracting Officer: TBD at time of award@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The following provisions apply: By reference: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition ans is addended to delete paragraphs (e) multiple offers and (h) multiple awards. FAR 52.212-3 Alt 1-- Offeror Representations and Certifications-Commercial Items FAR 52.212-3, (b) (2) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. By full text: FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: Lance Haywood : lance.haywood1@maxwell.af.mil. All responses shall be received NLT 6:00 PM CST on 31 Aug 11. Email is the preferred method. Points of Contact: Lance Haywood, Contracting Specialist, Phone (334) 953-7393, Fax (334) 953-3543.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3C71200A001/listing.html)
- Place of Performance
- Address: Maxwell AFB, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN02539326-W 20110820/110818234956-405f788be3b216e215e9e8380397f95a (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 |