MODIFICATION
54 -- Wildland Fire Water Storage Tanks
- Notice Date
- 7/5/2016
- Notice Type
- Modification/Amendment
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
- ZIP Code
- 88103-5321
- Solicitation Number
- F1L0XP6174AW01
- Archive Date
- 7/21/2016
- Point of Contact
- Cameron Smith, Phone: 5757846315, Brian Raphael Rosario, Phone: 5757846655
- E-Mail Address
-
CAMERON.SMITH.16@US.AF.MIL, brian.rosario@us.af.mil
(CAMERON.SMITH.16@US.AF.MIL, brian.rosario@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- •1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. •2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 and Defense Change Notice 20160615. •3) The standard industrial classification code is 5430, NAICS is 326199, Small Business Size Standard for this NAICS code is 750 employees. •4) Description: •a) 8 EA - 3,000 gallon heavy duty plastic water tank with fitings and vent •b) 8 EA - Ball valve, two piece, FNPT connection, Max. Pressure 400 psi WOG, Pipe size 3 In., material of construction brass, seats PTFE, stem material brass, handle lever, Temp. range (F) 0 to 400 degrees, standards UL, CSAVENT. •c) 8 EA - Pipe, pipe size 3 In., threaded connection, length 24 In, schedule 40, material of contrusction 316 stainless steel, inside Dia. 3.284 In., outside Dia. 3 ½., wall thickness 0.216 In., weight/feet threads 14.947 Lb., standards ASTM A •d) 8 EA - Pipe, pipe size 3 In., threaded connection, length 60 In, schedule 40, material of contrusction 316 stainless steel, inside Dia. 3.284 In., outside Dia. 3 ½., wall thickness 0.216 In., weight/feet threads 37.368 Lb., standards ASTM A •e) 16 EA - Elbow, 90 degrees, Body material 316 stainless steel, pipe size 3 In., connection type FNPT, Max. Pressure 300 psi, Max. steam pressure 150 psi, standards meet ANSI standards b1.20.1 Standards, Class 150 •f) 8 EA - Valve Box, shape rectangular, height 14 In., width 19 In., length 21 In., includes valve box, rectangular, 14 in. Hx19in.W, black/green, body material PVC •g) 8 EA - Fire hydrant rocket lug cap w/chain, basic connection type female, connection type NST female, size 2 ½ In., body material brass Or equal items are acceptable. •5) Delivery shall be F.O.B. Destination to: MAFR Attn: Capt Luhrman 3771 Sun Dale Valley Rd Floyd, NM 88118 Delivery Date: 30 Days ARO The following provisions applies to this acquisition : FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: •1. Price •2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal ). All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition : FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. The following DFARS clauses cited are applicable to this solicitation : DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation : AFFARS 5352.201-9101 Ombudsman •6) Quotes must be signed, dated and submitted by 05 July 2016, 1000hrs, Mountain Standard Time. Quotes shall be electronically submitted via email to both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: SrA Cameron Smith - cameron.smith.16@us.af.mil Alternate: A1C Brian Rosario - brian.rosario@us.af.mil •7) For further inquiries, please email the POC's listed above or the Contracting Officer, SSgt Bethany Hamilton at bethany.hamilton.1@us.af.mil The purpose of this amendment is to extend the quote response time to 6 July at 1000 Mountain Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/F1L0XP6174AW01/listing.html)
- Place of Performance
- Address: 3771 Sun Dale Valley Rd, Floyd, New Mexico, 88118, United States
- Zip Code: 88118
- Zip Code: 88118
- Record
- SN04171450-W 20160707/160705234700-649f02ae90f171668792b8e2dd0623bf (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 |