Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2013 FBO #4192
MODIFICATION

42 -- Fire Protection Equipment & Accessories

Notice Date
5/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155713RC035CO
 
Archive Date
6/4/2013
 
Point of Contact
Geoffrey Bender, Phone: 671-366-3686, Lorraine M. Aguon, Phone: 6713666612
 
E-Mail Address
geoffrey.bender.1@us.af.mil, lorraine.aguon@us.af.mil
(geoffrey.bender.1@us.af.mil, lorraine.aguon@us.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4155713RC035CO. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66, 28 Feb 2013. This acquisition is set aside 100% for small businesses IAW FAR 19.502-2 (a). The North American Industrial Classification System (NAICS) code is 339113 and the small business size standard is 500. CLIN 0001 - Wedge-It (70 each) -Ribbed construction for maximum strength while weighing less than 3 oz -LEXAN plastic construction -Four non-skid polyurethane pads -Notched to fit over top of hinge pin and a hole is provided to assist with carrying -Or equal to CLIN 0002 - Canteen Holder (40 ea) - Must meet NFPA 1971 Standard - Holds 1 quart canteen CLIN 0003 - Bullard T3/T4 Series NiMH Rechargeable Battery (8 ea) - 10V NiMH rechargeable battery for use with Bullard T3 and T4 series thermal imagers - Or other 10V battery that is compatible with the Bullard T3/T4 Series Thermal imagers CLIN 0004 - Bullard T3/T4 Series NiMH Rechargeable Battery Charger Base with AC adaptor (2 ea) - Or other charger base that is compatible with CLIN 0003 CLIN 0005 - Bullard T3 Retractable Strap (4 ea) - Or other retractable strap that is compatible with the Bullard T3/T4 Series Thermal Imagers CLIN 0006 - Infrared Head Scanner with Grip and Case (1 ea) - Temperature range: -32° C to 535° C, (-25° F to 999° F) - Distance to Spot Size of 12:1 - Laser Sighting - Battery Powered - Part # 2148281 or equal to CLIN 0007 - Streamlight Survivor LED Alkaline Model (35 ea) - Featuring the latest in C4® LED technology with microprocessor controlled high and low intensity modes and emergency flash - O-ring sealed for water resistance - Dual Power Source: 4 "AA" alkaline batteries or rechargeable nickel cadmium battery pack - Connection for easy clipping to belt - Or equal to CLIN 0008 - Globe Padded Rip-Cord H-Back Suspenders (35 ea) - Suspenders attach to horizontal loops sewn to the top of the waistband and attach with snaps - H-Back Design - Sizes: Regular - Color: Black - Or equal to CLIN 0009 - Red Structural Helmet (5 ea) - Must meet NFPA 1971 Standard -Traditional helmets, style: - 880 w/Bourke, black, ESS Goggle System, Economy flannel, nomex earflap, 6" carved brass eagle, nomex chinstrap with QR, reflexite reflective trim, standard reflective trim color - Or equal to - Shield needs to be black leather with white background and red lettering - Red Helmet/Red Shield- shield needs to read the following: Top Line: ANDERSEN AFB Middle Line: FIRE RESCUE Bottom Line: CREW CHIEF CLIN 0010 - Black Structural Helmet (5 ea) - Must meet NFPA 1971 Standard -Traditional helmets, style: - 880 w/Bourke, black, ESS Goggle System, Economy flannel, nomex earflap, 6" carved brass eagle, nomex chinstrap with QR, reflexite reflective trim, standard reflective trim color - Or equal to - Shield needs to be black leather with white background and red lettering -Black Helmet/Black Shield- shield needs to read the following: Top Line: ANDERSEN AFB Middle Line: FIRE RESCUE Bottom Line: FIREFIGHTER CLIN 0011 - Wildland Boot (25 pairs) - Needs to meet NFPA 1977 2005 edition Standard - Honeywell PRO Series Model 3050 - 8" Wildland Firefighting Boot (Plain Toe) or equal to - Goodyear Welt Construction - Full-grain Military AB Leather - Cambrelle ® Lining - 1.5" Padded Collar - Quick Don /Doff Speed Loops - Removable Orthopedically Designed Insert - Vibram ® Olympia High Traction Sole - 11.5M (5ea), 12M (5 ea), 12.5M (5 ea), 13M (5ea), 13W (5 ea) CLIN 0012 - Wildland Helmet (15 ea) - Bullard FH911CR Wildfire Cap with Ratchet or equal to - Needs to meet NFPA 1977 2005 edition Standard - Color: yellow - Easy to adjust Flex-Gear ® ratchet sizing suspension - Thermoplastic shell - Available in cap style or full brim hat style - Reflective lime-yellow stripes - Three goggle clips - Adjustable chinstrap - Comfortable 6-point suspension - Leather ratchet cover - Absorbent cotton brow pad - Velcro attachments inside shell CLIN 0013 - Ringers Rope Glove (45 pairs) - Unique gel padding rope control channel - Pittard's Armortan ® palm - Premium Synthetic Leather palm and fingertip patches - Fingertip dexterity allows for untying of knots - Kevlar ® stitching - Neoprene padded knuckles - Glove will not shrink, stretch or harden - Or equal to - Size: Medium (15 ea), Large (15 ea), X-Large (15 ea) This is an all-or-none solicitation; quotes that do not contain all items and quantities on the list will not be considered. Quotes must be FOB Tracy, CA. This solicitation shall be awarded to the lowest price technically acceptable. If "OR EQUAL" item is quoted, provide detailed specifications and pictures or catalog cuts to address all requirements listed in respective CLINs. Submit your quote via email to SrA Geoffrey Bender at geoffrey.bender.1@us.af.mil. Responses to this RFQ must be received via e-mail not later than 4:30 PM ET on Monday, 20 May 2013. Oral Quotes and Fax Submissions will not be accepted. Collect calls will not be accepted. All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful bidder. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items; The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered on the SAM and have their online reps and certifications available there; 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.203-13 Contractor Code of Business Ethics and Conduct; 52.211-6-- Brand Name or Equal; FAR 52.219-6, Total Small Business Set Aside; FAR 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports,, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions Addendum: FAR 52.212-1(k) is changed to read as follows: (k) System for Award Management Registration. (1) Definitions. As used in this section- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (i) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (ii) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (iii) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (2)(i) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (ii) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (iii) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (3) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (i) A contractor may obtain a DUNS number- (A) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (B) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (ii) The Contractor should be prepared to provide the following information: (A) Company legal business name. (B) Tradestyle, doing business, or other name by which your entity is commonly recognized. (C) Company physical street address, city, state and Zip Code. (D) Company mailing address, city, state and Zip Code (if separate from physical). (E) Company telephone number. (F) Date the company was started. (G) Number of employees at your location. (H) Chief executive officer/key manager. (I) Line of business (industry). (J) Company Headquarters name and address (reporting relationship within your entity). (4) Reserved. (5) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (6) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (7)(i)(A) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (aa) Change the name in the SAM database; (bb) Comply with the requirements of subpart 42.12 of the FAR; and (cc) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (B) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (ii) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (8) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through (doesn't open ) https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155713RC035CO/listing.html)
 
Place of Performance
Address: SHIP TO:, DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN, TRACY DEPOT, CCP WHSE. 30, 25600 SOUTH CHRISMAN ROAD, TRACY, CA 95376-5000, Tracy, California, 95376-5000, United States
Zip Code: 95376-5000
 
Record
SN03062340-W 20130517/130515234621-396963d7a76108e066d1757239c08342 (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.