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