Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1999 PSA#2402

Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525

42 -- CARBON MONOXIDE (CO) DETECTORS SOL F41691-99-BA025 DUE 081299 POC Suzanne Short, Contract Specialist, Phone 210-652-5169, Fax 210-652-5135, Email suzanne.short@randolph.af.mil -- Cheryl Collins, Contract Specialist, Phone 210-652-5141, Fax 210-652-5135, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F41691-99-BA0 25&LocID=464. E-MAIL: Suzanne Short, suzanne.short@randolph.af.mil. This is a modification to a previous notice for F41691-99-BA025. Bidders need to be familiar with NFPA 720 Household Carbon Monoxide Warning Equipment, NFPA 70 National Electrical Code -- including article 725, UL 2034-98 Standards for Residential Carbon Monoxide Alarms. The specifications Division 16418 paragraph 2.1 General Requirements state that the unit shall be UL tested and listed and shall comply with NFPA 720. Note that the first part of the specification listed references material that apply to the various types of Carbon detectors. UL 2034-98 states " Standards for Residential Carbon Monoxide Alarms requires the activation of an audible and visual signal if 70ppm of CO is continually detected for 60 to 240 minutes". The maximum response time allowed decreases as the concentration increases. NFPA 720 paragraph 2-2.2.1 states " An ac primary (main) power should be a commercial light and power supply or other dependable source. A visible "power on" indicator should be provided." Remove the statement, "The contractor shall furnish all parts, tools, materials, labor, facilities, and transportation necessary to provide a total of 8068 each Carbon Monoxide (CO) Detectors to be delivered to ten different locations". And replace with "The contractor shall provide a total of 8068 each Carbon Monoxide (CO) Detectors to be delivered to ten different locations". (The resultant purchase order does not require a contractor to install the Carbon Monoxide Detectors.) Receipt of Quotations have been extended to 12 Aug 99, 1:00p.m. Central Time Zone. No other changes have been made. ///////////////////////////////////////////////////////////////// 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; quotes are being requested and a written solicitation will not be issued. Solicitation F41691-99-BA025 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-12. This acquisition is 100% set aside for small business concerns, utilizing the Size Standard in FAR Part 19 under Standard Industrial Code (SIC) 3669 and Business Size Standard of 750 employees. This will be a firm fixed price Purchase Order. The contractor shall furnish all parts, tools, materials, labor, facilities and transportation necessary to provide a total of 8068 each Carbon Monoxide (CO) Detectors to be delivered to ten different locations. SPECIFICATIONS: The carbon monoxide detectors shall be rated at 120 volts AC. Each unit shall have a power supply cord firmly attached and shall include a device to deter inadvertent dislodging or disconnecting. This device shall be UL Tested and Listed. It shall comply with NFPA 720-99PROP. Each unit shall have an audible alarm of 80db minimum and a visual power signal. The sampling rate shall be a minimum of 20 times per hour, with the ability to detect a minimum of 60 ppm of Carbon Monoxide. If the unit has two stages, the alarm shall differentiate between low levels (below 100 ppm) and higher levels of contamination, with an audible signal that distinguishes between the different levels. This unit shall provide a minimum manufacturer recommended replacement of 5 years. And a minimum manufacturer warranty of 5 years. Place of performance is FOB destination with delivery 60 days after award to the following locations: (1) Altus AFB, OK; qty 1001 (2) Goodfellow AFB, TX; qty 144 (3) Keelser AFB, MS; qty 1815 (4) Lackland AFB, TX; qty 817 (5) Laughlin AFB, TX; qty 177 (6) Maxwell AFB, AL; qty 1326 (7) Randolph AFB, TX; qty 719 (8) Sheppard AFB, TX; qty 1028 (9) Tyndall AFB, FL; qty 811 and (10) Vance AFB, OK; qty 230. Inspection and acceptance shall be made at each destination. The following FAR clauses and provisions apply to this requirement which can be viewed and downloaded through Internet access at the AF FAR Site, http//farsite.hill.af.mil: 52.212-1, Instructions to Offerors -- Commercial Items (Jun 99); 52.212-2, Evaluation of Commercial Items (Jan 99); for technical capability and price. 52-212-3, Offeror Representations and Certifications -- Commercial Items (Jun 99); 52-212-4, Contract Terms and Conditions-Commercial Items (May 99) and DFARS 252.204-7004 Required Central Contractor Registration (Mar 98); FAR 52.212-5 (May 99), Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items; as do the following FAR clauses cited therein under paragraph (b): 52.222-26, Equal Opportunity (Feb 99); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 98); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 98); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 99); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 99); as do the following DFARS clause(s) cited therein under paragraph (b): 252.225-7007, Buy Amercian Act-Trade Agreements- Balance of Payments Program (Mar 98). In addition FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 99); 52.215.5 Facsimile Proposals (Oct 97); and 52.252-2, Clauses Incorporated by Reference (Feb 98) are applicable. OFFEROR'S MUST INCLUDE WITH THEIR QUOTATION TECHNICAL LITERATURE THAT CLEARLY SHOWS THE PRODUCT OFFERED MEETS ALL TECHNICAL SPECIFICATIONS. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER PROVIDES THE BEST VALUE TO THE GOVERNMENT. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATION _COMMERCIAL ITEMS. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. All responsible sources may submit an offer, which, if timely received, will be considered by the office. Quotations shall be received at 12th Contracting Squadron/LGCC, 395 B Street West Suite 2, Randolph AFB TX 78150-4252 or via Fax number (210) 652-5135, attention Suzanne Short by 9 Aug 99, 1:00 p.m Central Time Zone. For more information contact Suzanne R. Short at (210) 652-5169 or email suzanne.short@ randolph.af.mil. Award will be made on or about 16 Aug 99. Posted 08/02/99 (D-SN362029). (0214)

Loren Data Corp. http://www.ld.com (SYN# 0315 19990804\42-0001.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page