Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2000 PSA #2724
SOLICITATIONS

42 -- SAFETY I-BEAM TROLLEYS AND LIFELINES

Notice Date
November 7, 2000
Contracting Office
184th LS/LGC -- KS ANG, 57330 Mustang Dr, Suite 13, McConnell AFB, KS 67221-9013
ZIP Code
67221-9013
Solicitation Number
DAHA14-01-Q-0001
Response Due
November 15, 2000
Point of Contact
Point of Contact -- Bill Phillips, Buyer, Contracting Officer -- Gene Mohr
E-Mail Address
Buyer/Contracting Officer (william.phillips@ksmcco.ang.af.mil)
Description
This is a combined synopsis/solicitation for commercial terms prepared in accordance with the format in FAR 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. The solicitation number RFQ DAHA14-01-Q-0001 is issued as a Request for Quotation, under simplified acquisition procedures using small business set aside program. The FSC Code is 4240. The Kansas Air National Guard intends to procure the following line items on a BRAND NAME BASIS: Item 1 -- Quantity 12 each -- TROLLEY, I BEAM -- single person use rail trolley to be used with inertial reels AD220AT & AD215AT, adjustable from 5 1/16" to 7 1/2", ball bearing wheels, compact, 3600 lbs maximum load, complies with all OSHA requirements. MFG: PROTECTA INTERNATIONAL PN: AJ702A Item 2 -- Quantity 14 each Same as Item no. 1 Item 3 -- Quantity 2 each LIFELINE (INERTIAL REELS), 70' -- self retracting pro teq rope with optional impact load indicator. 14 lb, 12 strand rope, stainless steel corrosion resistant zinc coated internal components, shock-resistant thermoplastic casing, double-locking snaphook (pn AJ521A) on end, works horizontally or vertically. Complies with OSHA 1910/1926 and Ansi Z359.1-1992 standards. MFG: PROTECTA INTERNATIONAL PN AD220AT Item 4 -- Quantity 24 each LIFELINE (INERTIAL REELS), 50' -- self retracting pro teq rope with optional impact load indicator. 14 lb, 12 strand rope, stainless steel corrosion resistant zinc coated internal components, shock-resistant thermoplastic casing, double-locking snaphook (pn AJ521A) on end, works horizontally or vertically. Complies with OSHA 1910/1926 and Ansi Z359.1-1992 standards. MFG: PROTECTA INTERNATIONAL PN AD215AT Item 5 -- Quantity 4 each Same as item no. 3 Item 6 -- Quantity 4 each Same as item no. 1 Item 7 -- Quantity 8 each -- TROLLEY, I BEAM -- single person use rail trolley to be used with inertial reels AD220AT & AD215AT, adjustable from 2 5/8" to 5 1/16", ball bearing wheels, compact, 3600 lbs maximum load, complies with all OSHA requirements. MFG: PROTECTA INTERNATIONAL PN: AJ701A Item 8 -- Quantity 8 each -- Same as item no. 4 Item 9 -- Quantity 12 each -- Same as item no. 1 This is a brand name request, quotes offering other than specified brand may/will be rejected as non-conforming to the requirement. The potential contractor will provide for the installation and certificate of installation in accordance with the manufactures specifications and recommendations of the trollies and self retracting lifelines, on in-place existing installed beams. In addition, potential contractor will provide a minimum of 4 hours of training on the proper use and maintenance of the equipment. The anticipated award date will be made on or before 17 November 2000. This Combined Synopsis/Solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 97-20 and Defense Acquisition Circular (DCN 20001025). The closing date will be 15 November 2000 by COB (4:00 PM Central Time Zone). The Standard Industrial Classification Code is 3536, with a size standard of 500 employees. The NAICS is 333923. Delivery is FOB Destination. Desired Delivery time is 15 days after receipt of order, required delivery time is 25 days ARO. Specify delivery time after date of award. The Government at destination will accomplish inspection and acceptance of the products. The following FAR and DFARS clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2000), 52.212-2 Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose quotes conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. All responsible sources may submit quotes, which, if timely received, the Government shall consider. All offerors shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate; FAR 52.212-3, Offer Representations and Certifications -- Commercial Items, Offerors are to include a completed copy of the provision with its offer a copy is available from the web sites listed below. 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 applies with the following FAR clauses in paragraph (b) which will apply to the resultant contract, subject to change based on the value of the award: 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Veterans, 52.222-36 Affirmative Action For Handicapped Workers, 52.222-37 Employment Reports On Special Disabled Veterans Of The Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer Central Contractors Registration, 52.232-36 Payment by Third Party,. 52.219-6, Notice Of Total Small Business Set-Aside, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, 252.225-7006 Buy American Act North American Free Trade Agreement Implementation Act -- Balance Of Payment Program, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (DEV), 252.243-7001 Pricing Of Contract Modifications, 252.204-7001 Commercial And Government Entity (CAGE) Code Reporting, 252.204-7004 Required Central Contractor Registration. Actual clauses in the resultant order will be determined on price received from potential contractor. Offerors, not in possession of the above referenced clauses in full text may obtain them at http://acqnet.sarda.mil or http://farsite.hill.af.mil Please reference solicitation number on your quotes. Quotes sent via fax (316.687.7521 or 7925) or e-mail (William.Phillips@ksmcco.ang.af.mil and/or Gene.Mohr@ksmcco.ang.af.mil) will be accepted, please send your federal tax identification number, cage code, Duns Number, and a completed copy of Far Clause 52.212-3 with your quote and point of contact from your company. Offeror(s) must be registered in Central Contractor Registration database to be eligible for award (Ref DFAR 252.204-7004). You may register online or verify your registration in the CCR database via the web HTTP://WWW.CCR2000.COM. Questions concerning this combined synopsis/solicitation should be addressed to Bill Phillips, 316.687.7649, FAX 316.687.7521 or 7925, or e-mail William.Phillips@ksmcco.ang.af.mil
Record
Loren Data Corp. 20001109/42SOL002.HTM (W-312 SN5061N2)

42 - Firefighting, Rescue and Safety Equipment Index  |  Issue Index |
Created on November 7, 2000 by Loren Data Corp. -- info@ld.com