Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
SOLICITATION NOTICE

H -- SCBA FLOW TEST ANNUAL INSPECTION - REQUIREMENT PACKAGE

Notice Date
9/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-14-M-E013
 
Archive Date
10/10/2014
 
Point of Contact
Nancy R. Palmer, Phone: 661-275-3250, Daira Smith, Phone: 6612753770
 
E-Mail Address
nancy.palmer.2@us.af.mil, daira.smith@us.af.mil
(nancy.palmer.2@us.af.mil, daira.smith@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - DFARS 252.209-7993, Full-Text - Response Required Attachment 2 - Statement of Work, dated 18 Sep 2014 Attachment 1 - Request for Quote - SCBA Flow-Test Annual Inpection Solicitation number: FA9301-14-M-E013 This is a 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 solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 (effective 25 AUG 2014) and DFARs Change Notice (DPN) 20140805 (effective 05 AUG 2014), AFFARS (AFAC) 2014-0421 (effective 21 APR 2014). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 334290 with a Small Business size standard of 750 employees. PSC code is 5830. The Service Contract Act may apply. Reference Department of Labor, Wage Determination No. 2005-2043, Rev.17, dated 25 JUL 2014. AFTC/PZIOC, Edwards AFB, CA is seeking to purchase a SELF CONTAINED BREATHING APPARATUS (SCBA) ANNUAL INSPECTION. This is the request for quotation (RFQ). Award will be made to the lowest price, technically acceptable offer. This is an "All or None" acquisition; incomplete quotes will not be considered. Quotes shall state estimated period of performance for completion of inspections as estimated from after receipt of order (ARO). REQUIREMENT: The contractor shall provide all labor, supplies, parts, materials, tools and equipment necessary to perform inspection, repair, test and perform a POSICHEK on 113 complete MSA Firehawk M7 SCBA units which includes: harness assembly; FireHawk M7 Responder Face Piece; Wireless M7 Heads Up Display (HUD) with Auto Dim and Buddy light; and Clear Command Wireless Communication System face mask with breathing valve, heads-up display and bypass. Inspections will be performed in accordance with manufacturer's recommendation and National Fire Protection Association (NFPA) 1852, Ch. 7. Contractor shall be compliant with the certification requirements of the National Institute for Occupational Safety and Health (NIOSH), Mine Safety and Health Administration (MSHA), National Fire Protection Association (NFPA), Air Force Occupational Safety and Health (AFOSH) and Occupational Safety and Health Administration (OSHA). Annual inspection services for each unit shall include: • Visual inspection of the harness and back plate assemlies. • Complete cleaning and lubrication of the positive pressure/exhalation attachment. • Inlet filter shall be replaced. • Entire breathing apparatus will be tested using the POSICHEK 3 and in accordance with NFPA 1500. • All necessary maintenance/repair on any apparatus that fails the flow test. These units shall be re-tested. • Contractor shall provide written documentation as proof of testing for each regulator and mask by srial number for each unit. The contractor will be provided adequate work space to accomplish all inspection, testing and servicing of the SCBA units. The contractor will perform all inspections at Edwards AFB, CA and shall coordinate an inspection schedule with the Government Program Manager. DELIVERY: Inspections shall be completed not later than 6 weeks after receipt of order (WARO). F.O.B. Edwards AFB, CA 93524 QUOTE SUBMISSION INSTRUCTIONS: Interested parties who believe they can meet all of the requirements for the items and services described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination: Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. Contract Line Items (CLINs) are as follow: CLIN 0001 - SCBA Annual Inspection 252.209-7993 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-OO0009) (FEB 2014) MUST BE RETURNED WITH RESPONSE TO SOLICITATION AND IS INCLUDED IN FULL TEXT AS ATTACHMENT 3. Quotations are due by: 25 SEP 2014 by 12:00 p.m. Pacific Daylight Savings Time (PDT) to nancy.palmer.2@us.af.mil and daira.smith@us.af.mil. Interested vendors may also submit a quote to be RECEIVED NO LATER THAN 25 SEP 2014 at 12:00 p.m. PDT to: AFTC/PZIOC ATTN: Nancy R. Palmer 5 South Wolfe Ave. Edwards AFB, CA 93524 Late submissions will not be accepted. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. "Technical acceptability" is based on offers which meet all requirements in the attached Government's Statement of Work (SOW), dated 18 SEP 2014. PROVISIONS AND CLAUSES NOTE: This is an acquisition of a COMMERCIAL SERVICE. This list is not all inclusive. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 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 52.252-3 Alterations in Solicitation (APR 1984) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (APR 2014) Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: Lowest Price Technically Acceptable 252.209-7993 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-OO0009) (FEB 2014) MUST BE RETURNED WITH RESPONSE TO SOLICITATION AND IS INCLUDED IN FULL TEXT AS ATTACHMENT 3. 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAY 2014) 52.212-3 Alternate I - Offeror Representations and Certifications - Commercial Items (MAY 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (JAN 2014) Clauses included in this deviation are indented as follows: 52.203-13 Contractor Code of Business Ethics and Conduct (APR 2010) 52.219-8 Utilization of Small Business Concerns (MAY 2014) 52.222-17 Nondisplacement of Qualified Workers (MAY 2014) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (JUL 2014) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contract for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (MAY 2014) 52.222-54 Employment Eligibility Verification (AUG 2013) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) 52.247-64 Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) 52.219-1 Small Business Program Representations (APR 2012) 52.219-1 Alternate I (MAY 2014) 52.219-28 Post-Award Small Business Program Representations (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage - Fringe Benefits 25190, VENTILATION EQUIPMENT TENDER $19.27 -- $4.02 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-11 Ozone-Depleting Substances (MAY 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-2 Buy American - Certificate (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes (MAY 2014) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 52.247-34 F.O.B. - Destination (NOV 1991) 52.252-3 Alterations in Solicitation (APR 1984) 52.252-4 Alterations in Contract (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2012) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD CONTRACTS) (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 5352.201-9101 Ombudsmen (APR 2014) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.223-9001 Health and Safety on Government Installations (NOV 2012) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) All quotes are to be sent via email to nancy.palmer.2@us.af.mil and daira.smith@us.af.mil or mailed to AFFTC/PZIOC, 5 South Wolfe Ave., Edwards AFB, CA 93524-1185, Attention: Nancy R. Palmer. The phone number is 661-275-3250. Responses are due into the office no later than 25 SEP 2014 at 12:00 p.m. PDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-14-M-E013/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave., EDWARDS AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03519570-W 20140921/140919234834-2760b299ed69f9a2ae22ed620e7ff906 (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.