SOLICITATION NOTICE
42 -- Aqueous Film Forming Foam (AFFF) - Combo
- Notice Date
- 6/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8051-16-R-3004
- Archive Date
- 7/20/2016
- Point of Contact
- S. Chase Cooper, Phone: 8502836844
- E-Mail Address
-
stephen.cooper.15@us.af.mil
(stephen.cooper.15@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Clauses and Provisions Attachment 2 - Price Sheet Attachment 1 - Delivery Locations Fire Foam IFB Combo 3 June 2016 COMBINED SYNOPSIS/SOLICITATION Solicitation Number: FA8051-16-R-3004 FROM: 772 ESS/PKD 139 BARNES AVE, BLDG 1120 TYNDALL AFB FL 32403 SUBJECT: Aqueous Film Forming Foam (AFFF) Invitation for Bids (IFB) 1. Solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The 772 ESS/PKD intends to award Firm Fixed Price (FFP) type contract for the purchase of 3% C6-based environmentally friendly AFFF. The AFFF must meet Mil-Spec Mil-F-24385 and be on the Navy's approved Qualified Products List. The contractor shall deliver the AFFF to the locations specified in Attachment 1: Delivery Locations. All AFFF must be delivered F.O.B destination to the required locations within 8 weeks after the contract award date. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-87-1. This requirement is being solicited as a full and open competition. The NAICS code for this acquisition is 325998 and the Small Business size standard is 500 employees. The FSC for this acquisition is 4210 Fire Fighting Equipment. All prospective bidders must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Award. The Government intends to award a contract IAW FAR 14.408-1(a) to that responsible bidder whose bid, conforming to the invitation, will be most advantageous to the Government, considering only price and the price-related factors (see 14.201-8). 3. Price Sheet. Contractors are required to fill in the unit price and only the unit price for all CLINs identified in the Price Sheet. The Unit Price should be rounded to the penny to avoid rounding errors. Extended totals will be automatically calculated by the spreadsheet. 4. Additional Instructions to Offerors. Vendors shall respond to this IFB via email by 5 July 2016 at 1300 hours (1:00 pm) Central Daylight Time (CDT). All bids should be sent to the Contracting Administrator, Chase Cooper, at Stephen.cooper.15@us.af.mil before the due date and time specified. Any bid, modification, or revision of a bid received after the exact time specified for receipt of quotes is "late" and shall not be considered. Bids may be no longer than 5 pages and must include contractor name and complete address, including street, city, county, state, and ZIP code. Each bidder shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2013), or ensure the Representations and Certifications are updated at www.sam.gov. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make a bidder ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 5. Questions. All questions regarding the RFQ package must be submitted to the above e-mail address by 17 June 2016 at 0700 (7:00 am) Central Daylight Time (CDT). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 6. Notice to Offeror: The Government reserves the right to cancel this IFB, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse a bidder for any costs. Submitted bids shall be valid for 60 days after the closing date of the IFB. 7. Opening of Bids: Interested persons may witness the opening of bids if desired. Bids will be opened at the bid due date and time at 139 Barnes Drive, Suite 1, Tyndall AFB, FL 32403-5319. The POC for the opening is Chase Cooper who may be reached at stephen.cooper.15@us.af.mil. JEREMY D. MORRILL Contracting Officer Attachments: 1. Delivery Locations 2. Price Sheet 3. Clauses and Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/efc2827fe707c3dffca5a306fb6bf94a)
- Record
- SN04137809-W 20160605/160603234333-efc2827fe707c3dffca5a306fb6bf94a (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 |