Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

S -- Halon Extinguisher Hydrostatic Test - DM Local Policy - Performance Work Statement

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-15-Q-0521
 
Archive Date
10/9/2015
 
Point of Contact
Amanda K. Wesson, Phone: 5202282377
 
E-Mail Address
amanda.wesson@us.af.mil
(amanda.wesson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement DM Local Policy This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. Solicitation FA4877-15-Q-0521 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-83, Defense Circular Number 20150826, and Air Force Acquisition Circular 20150406.The results of this requirement will be a firm fixed priced (FFP) contract. This procurement is being issued as a 100% small business set-aside. The Associated North American Industrial Classification Standard (NAICS) code for this request is 238990 with a size standard of $15M or less. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following CLIN: CLIN 0001: 1 LOT Halon Fire Extinguisher Hydrostatic Testing for 104 EA Amerex Halon Wheeled Fire Extinguishers, Liquified Gas, 150 pound capacity in accordance with the attached Performance Work Statement (PWS) Parts to be replaced for each Fire Extinguisher: Gauge: P/N AMX3523 or equal Safety Disc ASSY: P/N AMX3787 or equal Check Stem Amerex: P/N AMX5067 or equal O-Ring Amerex 25-30 #ABC: P/N AMX5239 or equal Decal Picture for 150# Halon: P/N AMX7481 Hydro 1211 Wheeled Unit 50-150 Refill Halon Less Gas FX 150 (Halogenated fire extinguisher agent provided by Government, if required) Shipping will be FOB Destination to F1P35F- 355 CES/CEF, 4690 S Phoenix St, DMAFB, Tucson, AZ. 85707. The shipment should be marked for SSgt Partlow. 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/these address (es): 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 52.204-7, System for Award Management Provision 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical capability of the item offered to meet the Government requirement and price. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. Provision 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Provision 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Clause 52.204-13, System for Award Management Maintenance Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.219-28, Post Award Small Business Program Representation 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards The following Wage Determinations (WD) are hereby incorporated: WD 05-2025 (Rev.-18) was first posted on www.wdol.gov on 07/14/2015, Area: Pima County, Arizona The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ (End of Clause) 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits GS-06 $17.06 (End of Clause) 52.222-55, Minimum Wage Under Executive Order 13658 Clause 52.247-34, F.O.B. Destination Provision 252.204-7004 Alt A, System for Award Management Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.225-7001, Buy American and Balance of Payments Program Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions Clause 252.232-7010, Levies on Contract Payment Clause 252.247-7023, Transportation of Supplies by Sea DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy DM019 - Contractor Manpower Reporting Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Mr. Christopher S. Williams, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, phone: (757) 764-6512, fax: (757) 764-4400, email: christopher.williams.196@us.af.mil. Any questions pertaining to this acquisition shall be submitted in writing no later than Wednesday, 23 September 2015 by 10:00 AM PST. Written questions shall be sent to SrA Amanda Wesson at amanda.wesson@us.af.mil or by fax at (520) 228-5462. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Thursday, 24 September 2015 by 10:00 AM PST. Point of Contact is: SrA Amanda Wesson at amanda.wesson@us.af.mil, phone: (520) 228 2377 or fax at (520) 228-5284. If faxing a quote please call for confirmation that quote was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-15-Q-0521/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN03895524-W 20150923/150921234927-336855a51d4222a46709f5a40cd02bd3 (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.