Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2013 FBO #4320
SOLICITATION NOTICE

42 -- Proximity firefighting gear - Package #1

Notice Date
9/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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
F2X3C73248A001
 
Archive Date
10/11/2013
 
Point of Contact
Joseph L. Derevage, Phone: 334-953-0530
 
E-Mail Address
joseph.derevage@us.af.mil
(joseph.derevage@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Solicitation for Proximity Gear GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase the following "Open Market quotes" only requirement. This requirement is being solicited as a 100% small business set-aside. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. PLEASE PROVIDE YOUR QUOTE SEPARATE FROM THIS DOCUMENT ON COMPANY LETTER HEAD INDICATING UNIT PRICES FOR EACH ITEM AND TOTAL PRICE OF OFFER. 4.MULTIPLE OFFERORS NOR MULTIPLE AWARDS WILL BE CONSIDERED. A SINGLE AWARD WILL BE MADE IN RESULTANT CONTRACT. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2X3C73248A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-69 (03 Sep 2013) and the DPN 20130909 effective 09 Sep 2013. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 339113; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. Only certain items must be brand name-please provide a quote for only the specific products; any other items will not be evaluated. Item Qty Description 0001-AA 25 EA Globe Aluminized PBI/kevlar Proximity Gear that meets NFPA 1971 2013 edition standard on protective ensembles for structural fire fighting and proximity fire fighting. All garments must be certified and labeled compliant with NFPA 1971 2013 edition. Globe part number 31882E Firefighter Turnout gear, G-Extreme coat Globe part number 41882E Firefighter Turnout gear, G-Extreme Pant Vendor shall provide at NO EXTRA COST: (a) Provide staff for initial sizing of all required personnel. (b) Provide replacement gear for defective workmanship within 72 hours of notification. (c) All gear will be warranted to one (1) year from date of delivery -- BRAND NAME ONLY 0002-AA 12 EA Aluminized Aircraft and Firefighting (ARFF) helmet with thermoplastic outer shell, impact liner, postman straps, aluminized bonnet and shroud with six (6) inch gold face shield 0003-AA 20 EA Shelby Aluminized Proximity gloves (pair), without wristlet. --BRAND NAME ONLY 0004-AA 60 EA Helmet lights, Streamlight part number 69140; or equal - Must meet requirements of NFPA 1971, 100 lumens measured system output, 6 hr of continuous runtime. Fit both traditional and modern style helmets. Tighten clamp with fingers. Swivel clamp. Rotate 360 degrees on clamp. Anodized aircraft aluminum. Use two 3V lithium batteries, rated waterproof to 1 meter for 30 minutes. High temperature, shock, and impact resistant. Mountable. 0005-AA 30 EA Fire hood, carbon single ply; Must meet NFPA 1971 -2013 edition standard 0006-AA 12 EA 6 EA - Black in color; 4 EA - Yellow in color; 2 EA - Red in color: Bullard Traditional Fire Dome Helmet with 6 inch Eagle and 4 inch faceshield; helmets must be labeled with CAL-OSHA and NFPA. --BRAND NAME ONLY INSTRUCTIONS TO OFFEOR To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein to include offeror's confirmation of being able to meet the deadline for installation completion listed in the below category "Delivery & Discount Terms". Quotes must be complete, self-sufficient, and respond directly to the requirements of this Request for Quote (RFQ). If you are unable to quote, please indicate on this form and return. Offerors must also meet the following: Database Registrations: a. SAM: To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DOD System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or call 1-866-606-8220. b. ORCA/WAWF: Vendor must also be registered in the On Line Representations and Certifications (ORCA) through http://www.sam.gov, and Wide Area Work Flow (WAWF) can be completed at https://wawf.eb.mil Representation and Certifications: c. Offerors shall complete and return FAR 52.212-3, Alt 1, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000 Buy American Statute--Balance of Payments Program Certificate. The completed Representations and Certifications shall be submitted with proposals or the proposal shall state completed Reps and Certs are available on the www.sam.gov website. NOTE: If you are registered in ORCA, the Government can retrieve 52.212-3 Alt I. DFARS 252.225-7000 is attached (Attachment 1). Delivery & Discount Terms: d. Delivery: 30 Days after award e. Discount Terms : N/A North American Industry Classification System (NAICS) Code: f. The NAICS code for this requirement is 315210, which contains a size standard of 1000 employees. PLEASE ENSURE THAT THIS NAICS CODE IS LISTED ON SAM.GOV. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. 52.212-3, ALT 1 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. 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/vffara.htm The following clauses apply: Incorporated by reference: 52.211-6, Brand Name or Equal 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors-Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.232-18 -- Availability of Funds. 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 252.203-7000, Requirements Related to Compensation of Former DoD officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004, Alternate A, System for Award Management 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7001, Buy American And Balance Of Payments Programs 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.232-7003, Electronic Submission of Payment Requests 252.243-7001, Pricing of Contract Modifications 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea, with its Alt III Clauses Incorporated by full text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Sep 2013) (DEVIATION): (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 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/vffara.htm (End of Clause) OMBUDSMAN (NOV 2012) (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 interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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 (FEB 2003) 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 (End of Clause) 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: -@us.af.mil Contract Specialist: -@us.af.mil Contracting Officer: -@us.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. (End of Clause) BASIS FOR AWARD Award will be made to the lowest priced technically acceptable offeror. An offeror will be determined technically acceptable if no exception is taken to the specifications of this RFQ. Responses to this notice shall be provided in writing via e-mail to MSgt Joseph Derevage at joseph.derevage@us.af.mil. All responses shall be received NLT 12:00 PM CST on 26 September 2013. Email is the preferred method. Points of Contact: Joseph Derevage, Contracting Specialist, Phone (334) 953-0530, Fax (334) 953-3543. Attachment(s): 1 DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificate 1 FAR 52.211-6, Brand Name or Equal 1 Brand Name Justification ATTACHMENT 1 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "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 statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3C73248A001/listing.html)
 
Place of Performance
Address: 300 West Maswell Blvd, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03197652-W 20130922/130920235955-043669090281c2cbf2818be008d0302f (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.