Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

H -- HYDROSTATIC TESTING ON FIRE EXTINGUISHER AND SELF CONTAINED BREATHING APPARATUS SOL F26600-99-Q0413 DUE 080599 POC Maria Rodriguez, Contracting Craftsman, Phone 702-652-5352, Fax 702-652-5405, Email maria.rodriguez@nellis.af.mil -- Chris Prather, Contracting Journeyman, Phone 702-652-9571, Fax 702-652-5405, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F26600-99-Q04 13&LocID=885. E-MAIL: Maria Rodriguez, maria.rodriguez@nellis.af.mil. This is an amendment to the following combined synopsis/ solicitation for commercial items. The solicitation no. F26600-99Q0413 is issued as a Request for Quotation (RFQ). The following changes apply to the 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; price quotes proposals are being requested and a written solicitation will not be issued. Solicitation no. F2660099Q0413 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Solicitation is reserved for small business concerns. The SIC for this solicitation is 8734. FAR 19 classifies small businesses as those that gross equal to or less than $5.0 million annually based on the average of the offeror_s past three fiscal years. The item description is as follows: Non-personal service to provide all labor, tools, parts, materials, and facilities necessary to perform Hydrostatic Testing the following items, 303 each _ 150lb flight line fire extinguishers,and Self-Contained Breathing Apparatus (S.C.B.A.) tanks; 165 each _ 90 cubic foot 4500 PSI (Kevlar wrap), 54 each _ 90 cubic foot 4500 PSI (fiberglass), 15 each _ 45 cubic foot 2400 PSI (aluminum), and 4 each _ 45 cubic foot 2400 PSI (glass wrap aluminum) tanks in accordance with manufacturer specifications. Contractor shall perform the _Water Jacket Volumetric Expansion Method on all Self Contained Breathing Apparatus cylinders only. Contractor has the option of performing either the Direct Expansion Method or other suitable method on the 150-pound Flightline Halon Extinguishers. Contractor shall perform the hydrostatic testing by an approved agency in accordance with CGA pamphlet C-1 _Water Jacket Volumetric Expansion Method_ or _Direct Expansion Method_ or other suitable method. Cylinders must be proof tested in accordance with NFPA (National Fire Protection Association) Standard Number 10. Contractor shall comply with the Department of Transportation regulations 49CFR173.34. Government shall be responsible for removing and refilling the contents from each cylinder. Contractor shall provide transportation to pick-up and deliver 10 cylinders, with a turn around time of seven (7) working days. Contractor shall certify each test performed by indicating the compliance and due date markings on each cylinder tested. All pick-up and delivery charges shall be included in the costs of testing all of the above listed items. Offerors will provide price quotes on the following items: CLIN 0001AA 150 Pound Flightline Extinguisher (303 ea.); CLIN 0001AB Self Contained Breathing Apparatus (Kevlar Wrap) 90 cu.ft. 4500 PSI (165 ea.); CLIN 0001AC Self Contained Breathing Apparatus (Fiberglass) 90 cu.ft. 4500 PSI (54 ea.); CLIN 0001AD Self Contained Breathing Apparatus (Aluminum) 45 cu.ft. 2400 PSI (15 ea.); CLIN 0001AE Self Contained Breathing Apparatus (Glass Wrap Aluminum) 45 cu.ft. 2400 PSI (4 ea.). Offeror_s must submit their quotes by 4:00pm PST 5 Aug 99. Late offers will not be considered. Offers will be accepted by mail, hand carried, faxed to 702-652-(5405 or 3367) or emailed to maria.rodriguez@nellis.af.mil. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2; Evaluation of Commercial items, Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government based on delivery schedule, price and past performance. The Provision at 52.212-3 Offeror Representations and Certifications_Commercial items, applies to this solicitation, Offerors who fail to submit a completed Representation and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items; and the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.233-3 Protest after Award, FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative action for Disabled Veterans and Veterans of the Vietnam, Era; FAR 52.222-36 Affirmative Action for workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-44 Fair Labor Standards Act. DFARS 252.204-7004 Required Central Contract Registration. For solicitations after 1Jun 98 all contractors are required to be registered in the central contractor registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Contractors may obtain information on registration via the Internet at http://ccr.edi.disa.mil. Internet processing takes approx. 30 days. Duns number must be provided by the contractor with all offers. If the Duns number is not known, call (800) 333-0505. You will immediately be provided the number at no charge. Wage Determination No: 94-2331 REV (12) applies to this solicitation. The Bid Schedule, Wage Determination, and Representations and Certifications of Offerors are posted on the Electronic Posting System (EPS) at http://www.eps.gov. To find this solicitation look under USAF offices, Air Combat Command locations, 99 CONS, Nellis AFB, NV posted dates. If you are unable to access the web-sitefax (702-652-5405) or call SSgt. Maria Rodriguez at (702-652-6865) or TSgt Chris Prather at (702-652-9561) and they will be provided to you. Quotations are due on or before 5 Aug 99 4:00 PM PST. Posted 07/22/99 (D-SN358011). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0055 19990726\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page