MODIFICATION
42 -- FIRE FIGHTER PROXIMITY PROTECTIVE CLOTHING - Solicitation 1
- Notice Date
- 4/17/2015
- Notice Type
- Modification/Amendment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- 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
- F1S2AA5042A001
- Archive Date
- 5/13/2015
- Point of Contact
- Jesus J. Garcia, Phone: 6612753250, Kim Davis, Phone: 661-277-6921
- E-Mail Address
-
jesus.garcia.14@us.af.mil, kim.davis.1@us.af.mil
(jesus.garcia.14@us.af.mil, kim.davis.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Fire Fighter Proximity Protective Clothing This acquisition is a 100% Small Business Set-Aside Acquisition. Solicitation Number: FA9301-15-M-D001 This is a combined synopsis/solicitation for a commercial supply 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 quote (RFQ). This solicitation also uses the simplified acquisition procedures contained in FAR Subpart 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) 2005-81 (effective 10 APR 2015) and DFARs Change Notice (DPN) 20150406 (effective 06 APR 2015), AFFARS (AFAC) 2015-0406 (effective 06 APR 2015). NAICS is 339113 with a Small Business size standard of 500 employees. PSC code is 4240. This acquisition is 100% small business set-aside. AFTC Contracting Directorate, AFTC/PZIOC, Edwards AFB, CA is seeking to purchase FIRE FIGHTER PROXIMITY PROTECTIVE CLOTHING. 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. REQUIREMENT: Item # 1. The contractor shall provide and deliver FIRE FIGHTER PROXIMITY PROTECTIVE CLOTHING 50 ea. Trouser/Pants - Pants Outer Shell - 7oz Aluminized PBI Kevlar - Silver, Pants Thermal Liner Layer Spun lace/Meta-Aramid Facecloth Pants Moisture Barrier - Crosstech/Nomex Facecloth, Std-Pants Cuffs, Std-Inspection Port Liner, Std-Liner Detachable, Non-Std Wide 1.5" Velcro Fly - Aluminized PBI Silver, Knees Cushioned Replaceable - Aluminized PBI Silver, Take Up Straps 2 Postman - Aluminized PBI Silver Bellows Pockets - Pants - Aluminized PBI Silver -- 9" x 9" x 2.5" (smaller is okay but not larger), Semi Bellows, Medical Records Pocket - Aluminized PBI Silver, Harness Pants Opening w/ Kevlar Reinforced Crotch Diamond, and Class II Harness. Item # 2. The contractor shall provide and deliver FIRE FIGHTER PROXIMITY PROTECTIVE CLOTHING 50 ea. Coat - Tails Outer Shell -7oz Aluminized PBI - Silver, Tails Thermal Liner - 2 Layer Spun lace/Meta-Aramid Facecloth, Tails Moisture Barrier - Crosstech/Nomex Facecloth, Std-Foldover Comfort Chinstrap, Std-Coat Cuffs, Std-Inspection Port Liner, Std-Liner Detachable, Std-Liner Label Pocket, Std-Take Up Straps 2 Postman, Std-Nomex-Tabbed long wristlets, Std-Articulating Rapid Rescue Strap with New Coat, Chicago Closure -2" Velcro/Hooks & Dees -Aluminized PBI Silver, Dead Air Panels - Coat, Bellows Pockets -Coat -Aluminized PBI Silver -- 9" x 9" x 1.5" (smaller is okay but not larger). **FULL SIZE BELLOWS POCKETS ON TAILS COAT IS CORRECT** Semi Bellows, Flashlight Pocket -Aluminized PBI Silver -- right chest -- 12"x 3.5"x 2.5" (larger is ok but not smaller), Radio Pocket -Aluminized PBI Silver -- left chest -- 10"x 3.5"x 2.5", and Notch Flap - Left. DELIVERY: Items shall be delivered no later than 30 days after receipt of order (DARO). Contractor must coordinate delivery and installation with the end-user customer. F.O.B. Edwards AFB, CA 93524 Questions resulting from this request for information may be submitted to jesus.garcia.14@us.af.mil AND alternate POC kim.davis.1@us.af.mil. Questions will not be accepted later than 28 April 2015 at 5:00 p.m. PDT. QUOTE SUBMISSION INSTRUCTIONS: Interested parties who believe they can meet all of the requirements for the items and services described in this RFQ are invited to submit information 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 RFQ. 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. MUST BE RETURNED WITH RESPONSE TO RFQ AND IS INCLUDED IN FULL TEXT AS ATTACHMENT 3. Quotations are due by: 28 April 2015 at 5:00 p.m. Pacific Daylight Savings Time (PDT) to jesus.garcia.14@us.af.mil AND kim.davis.1@us.af.mil. Interested vendors may also submit a quote to be RECEIVED NO LATER THAN 28 April 2015 at 5:00 p.m. PDT to: AFTC/PZIOC ATTN: Jesus J. Garcia 5 South Wolfe Ave. Edwards AFB, CA 93524 Late submissions will not be accepted. Please respond not later than 28 April 2015 at 5:00 p.m. PDT. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. Proposal Evaluation: See clause Provisions at 52.212-2 - Evaluation - Commercial Items (Jan 1999) for evaluation factors. The Government will award a contract resulting from this request for quotation to the responsible offeror whose offer conforming to the RFQ will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government requirement (ii) Price (iii) Delivery - 2 month after receipt of order (MARO) CONTRACTORS MUST COMPLY WITH FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) and DFARS 252.204-7004, ALTERNATE A (FEB 2014). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSEs BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.sam.gov/. PROVISIONS AND CLAUSES This list is not all inclusive. The following FAR and DFAR provisions and clauses apply to this RFQ and are incorporated by reference: Provision 52.204-16, Commercial and Government Entity Code Reporting; Provision 52.204-18, Commercial and Government Entity Code Maintenance; Provision 52.212-1, Instructions to Offerors - Commercial Items; Provision 52.212-2, Evaluation - Commercial Items; the following factor shall be used to evaluate offers: (1) technically acceptable to the Government, (2) lowest price offer. Provision 52.212-3, Offeror Representations and Certification - Commercial Items; Offeror Representations and Certifications-Commercial items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. Provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials; Provision 252.203-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations Deviation (2015-O0005); Provision 252.204-7011, Alternative Line Item Structure; Provision 252.209-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (Deviation 2015-O0010); Provision 252.225-7001, Buy American Statute - Balance of Payments Program Certificate; Provision 252.225-7020, Trade Agreements Certificate; Provision 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate; Clause 52.212-4, Contract Terms and Conditions - Commercial Item; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (to include: 52.204-10, 52.209-10, 52.209-6, 52.219-6, 52.222-19, 52.222.21, 52.222-26, 52.222-3, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.225-3, 52.226-4, 52.226-5, 52.232-33, 52.233-3, 52.223-4); Clause 52.219-28, Post Award Small Business Program Representation; Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; Clause 52.252-2, Clauses Incorporated by Reference; The following DFARS clauses apply to the acquisition: Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; Clause 252.203-7003, Agency Office of the Inspector General; Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; Clause 252.204-7015, Disclosure of Information to Litigation Support Contractors; Clause 252.209-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (Deviation 2015-O0010); Clause 252.211-7003, Item Identification and Valuation; Clause 252.219-7003, Small Business Subcontracting Plan (DoD Contracts); Clause 252.223-7008, Prohibition of Hexavalent Chromium; Clause 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program; Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; Clause 252.232-7006, Wide Area Work Flow Payment Instructions; Clause 252.232-7010, Levies on Contract Payments; Clause 252.244-7000, Subcontracts for Commercial Items 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 Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (APR 2014) Provision at 52.212-2 -- Evaluation -- Commercial Items. (OCT 2014) 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 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. MUST BE RETURNED WITH RESPONSE TO RFQ AND IS INCLUDED IN FULL TEXT AS ATTACHMENT 3. 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAR 2015) 52.212-3 Alternate I - Offeror Representations and Certifications - Commercial Items (OCT 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) 52.219-1 Small Business Program Representations (OCT 2014) 52.219-1 Alternate I (MAY 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 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) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-3 Buy American - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-3 Alternate II (MAY 2014) 52.225-3 Alternate III (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 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) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 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 (SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American Act, Balance of Payments Program (NOV 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 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) All quotes are to be sent via email to jesus.garcia.14@us.af.mil AND alternate kim.davis.1@us.af.mil or mailed to AFTC/PZIOC, 5 South Wolfe Ave., Edwards AFB, CA 93524-1185, Attention: Jesus J. Garcia. The phone number is 661-275-3250. Responses are due into the office no later than 28 April 2015 at 5:00 p.m. PDT. Jesus J. Garcia Contract Specialist 5 South Wolfe Avenue Edwards AFB, CA 93524 661-275-3250 jesus.garcia.14@us.af.mil Place of Contract Performance: 5 South Wolfe Ave Edwards AFB, CA 93524 United States Set Aside: Total Small Business Archiving Policy: 15 days after response date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S2AA5042A001/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03703521-W 20150419/150417235102-ae90dea9395ce20f5c29606a770861aa (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 |