Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

84 -- Fire Boots - Justification & Approval

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3CE4181A001
 
Archive Date
9/12/2014
 
Point of Contact
Michael L. Brockett, Phone: 9197221598, Michael J Demers, Phone: 919-722-1753
 
E-Mail Address
michael.brockett.2@us.af.mil, michael.demers.1@us.af.mil
(michael.brockett.2@us.af.mil, michael.demers.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-76. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being solicited unrestricted and will be procured using commercial procedures. Solicitation Number is F3T3CE4181A001 the NAICS code 339113 applies to this solicitation. The small business size standard is 500 employees. The item description is as follows: CLIN 0001: BRAND NAME ONLY: Honeywell-Pro Warrington model 5050B Struximity Boot (sizing TBD) Unit: Each Qty: 85 Unit Price: Total Price: "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The gear needs to be Honeywell-Pro Warrington Model 5050B; and meet or exceed NFPA 1971 - Standard on protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting, NFPA 1500- Standard on Fire Department Occupational Safety and Health Program, DoDI 6055.6- DoD Fire and Emergency Services Program, AFPD 32-20- Air Force Policy Directive for Fire Emergency Services, as well as Fire Emergency Services AFI 32-2001 30 days ADC FOB Destination 2020 Jabara Ave, Seymour Johnson AFB, NC 27531 The following clauses and provisions apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-13 System for Award Management Maintenance, FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be based on price only. FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5(a) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) (Deviation. FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, FAR 52.222-19 Child labor--Cooperation with Authorities and Remedies 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 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-18 Place of Manufacture FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B. - Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil) FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil) FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System For Award Management DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004) DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman (LtCol Tonney T. Kaw-uh. 129 Andrews Avenue Suite 102, Langley AFB, VA 23665. (757)764-5371. tonney.kawuh@us.af.mil Primary Point of Contact is A1C Michael Brockett at (919) 722-1727 and Alternate is MSgt Michael Demers at (919) 722-1753. All quotes shall be received NLT Thursday, 28 August, 2014 at 4:30 P.M. EST. Quotes can be sent by email (preferred) at michael.brockett.2@us.af.mil and the alternate is MSgt Michael Demers at michael.demers.1@us.af.mil ; mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531; Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT SYSTEM (SAM) DATABASE PRIOR TO AWARD. ALL OFFERORS MUST HAVE A CAGE CODE TO RECEIVE ANY AWARD. Information concerning SAM requirements can be accessed at https://www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3CE4181A001/listing.html)
 
Place of Performance
Address: 2020 Jabara Ave, Seymour Johnson AFB, NC 27531, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03472357-W 20140822/140820235356-a29544156a6328c9d67f7a3569512f27 (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.