Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1997 PSA#1994

HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218

42 -- FIRE FIGHTING PROTECTIVE GLOVES SOL f41624-97-R-1000 DUE 010998 POC Sharon Bickford, Contracting Officer, 210-536-4584, Germaine Miller, Contract Specialist 210-536-2068 WEB: click here to link to the web page for JFIRE, http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html. E-MAIL: click here for Contracting Officer, sharon.bickford@hermes.brooks.af.mil. JOINT FIREFIGHTERS INTEGRATED RESPONSE ENSEMBLE (J-FIRE) CHEMICAL WARFARE FIREFIGHTING GLOVE (CWFG) -- SOL F41624-98-R-1000. POC Ms Germaine Miller, Contract Specialist, (210) 536-2068; Ms Sharon Bickford, Contracting Officer, (210) 536-4584. 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. This announcement constitutes the only solicitation. A written solicitation will not be issued. Proposals are being requested and may be submitted on company letterhead stationery. FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS is incorporated by reference and applies to this solicitation and can be found http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html under the Listing of Solicitation files (Please note the address is case sensitive). The offeror's proposal is to be received 09 Jan 98, no later than 2:00 pm central standard time to the following address: Department of the Air Force, Headquarters Human System Center (AFMC), 8107 13th Street, Brooks Air Force Base, TX 78235-5218, to the attention of Ms. Sharon Bickford, Contracting Officer. NOTE: At the end of this solicitation it will read END, if the offeror's copy stops before this point, contact the POC. The incorporated document, provision and clauses are those in effect through Federal Acquisition Circular 97-02 and Defense Acquisition Circular 91-12. This acquisition is a Set-aside for Small Business. SIC code # 3842. Each offeror shall include a completed copy of the provisions at FAR 52.212-3. Offeror Representations and Certifications -- Commercial (Oct 95) with its proposal. This can be found at the same location http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html . In accordance with FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (Oct 1997) (a) 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 are listed in descending order of importance and shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement (2) Price, and (3) Past performance. Factor (1) Technical Capability : the offeror must provide sufficient technical documentation, test results or technical analysis, to substantiate compliance with the salient characteristics of subfactor 1 as identified below. Test results shall include discussion of test methodology, test equipment & parameters, and supporting test data. When conveying requirement compliance through technical discussion relevant aspect of components, mechanical construction, materials, etc. shall be addressed. Capability will also be determined through Government testing of product samples that meet or pass salient characteristics subfactors 2, 3 and 4 that are identified below. Subfactor 2 relates to Chemical testing and Subfactor 3 relates to Operational testing. Subfactors 2 and 3 will be done sequentially or in tandem depending on the number of offers received. If done sequentially, then only those meeting or passing subfactors 1 and 2 will proceed to subfactor 3. Factor (2) Price: the offeror shall provide current commercial catalog prices. Please note there are 169 delivery locations for the Air Force and 26 for the Army. Locations vary within the continental U.S and outside the continental U.S. The total quantity is 14,500 pairs of gloves, however, the quantities will vary for each locations and vary in sizes. Therefore, it is requested that you provide your best commercial price to accommodate this diversity. Please note that the delivery is Freight On Board destination. The locations are identified in Delivery Locations file located at http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html under Listing of Solicitation files. Factor (3) Past performance: the offeror shall comply with instructions identified in FAR 52.212-1 para (b) (10) of the Instructions To Offeror. Instructions can be found at http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html under Listing of Solicitation files. The offeror shall also discuss existing production capability, (hard tooling, test equipment, procedures, etc.) and delivery capability to date. Salient Characteristics for Factor 1 Technical Capability: Certification or validation data for verification of the performance for Subfactor 1 will be utilized as downselect evaluation criteria. If product sample does not comply, samples may be returned at the offerors request and expense. Incomplete material that does not clearly demonstrate full compliance may result in an offer being determined unacceptable and being removed from downselect consideration: SUBFACTORS: Subfactor 1. Meet NFPA 1971 standard and add additional radiant reflectivity as required for NFPA 1976, Structural Fire Fighting gloves, Protective Clothing for Proximity Fire Fighting, Standards. Subfactor 2. Maintain protection for 24 hours or more after exposure to the following chemical threat. a) Provide protection from a liquid chemical threat of 10 g/m2. b) Provide protection from a vapor and aerosol chemical agent threat of 7500 Ct (mg-min/m3). Subfactor 3. After completion of Subfactor 2 test gloves must provide protection after being worn for 360 hours. Subfactor 4. Integrate with the Joint Service Integrated Suit Technology (JS-LIST) chemical protective Overgarment (OG) and Duty Uniform (DU) configurations by providing the following: a. Coverage of skin on the hand, wrist, and forearm while reaching out with hand in any direction b. Fit under the sleeve of the JS-LIST OG and DU. The Government requires the following product sample to be furnished in accordance with FAR 52.212-1, Instructions to Offerors -- Commercial Items 52.212-1(d): Thirty (30) sets of product sample, commercial gloves of various sizes are required for chemical agent and operational evaluation and testing: a. The product sample should be production representative b. At the Government's expense, the Government will test the product samples for chemical agent penetration. The product samples must comply (pass/meet) with the salient characteristics subfactors 2 and 3 mentioned above in order to be considered technically capable in accordance with Factor 1. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, See 52.212-1 para (c ), 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. FAR Clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct95) by reference can be found at http://www.brooks.af.mil/HSC/PKA/programs/jfire/master.html FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 96) (Please note the clauses that have the strike-through mark are not applicable to this solitication.) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisition of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). The Contractor agrees to comply with the FAR clauses in this paragraph(b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:(1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U. S. C. 253g and 10 U.S. C. 2402).(2) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S. C. 423).(3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3));(4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d) (4));(5) 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)).(6) 52.222-26, Equal Opportunity (E.O. 11246).(7) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212).(8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C 793).(9) 52.222-37, Employment Reports on Special Disabled and Veterans and Veterans of the Vietnam Era (38 U.S.C 4212).(10) 52.225-3, Buy American Act Supplies (41 U.S.C. 10). See DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 94)(11) 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582).{Reserved} 52.225-18, European Union Sanction for End Products (E.O. 12849).(14) 52.225-19, European Union Sanctions for Services (E.O. 12849).(15)(i) 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (15)(ii) Alternate I of 52.225-21.(16) 52.239-1, Privacy for Security Safeguards (5 U.S.C. 552a).(17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241).(c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:(Contracting Officer check as appropriate.) (1) 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351,et seq.). (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding therequirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). END (0349)

Loren Data Corp. http://www.ld.com (SYN# 0184 19971217\42-0002.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page