Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
MODIFICATION

42 -- Structural Fire Training Facility

Notice Date
1/30/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F0160002T0003MOD1
 
Response Due
2/11/2002
 
Archive Date
2/26/2002
 
Point of Contact
Brian Bendele, Contract Specialist, Phone 334-953-3539, Fax 334-953-2198, - James Bane, Contract Specialist, Phone (334) 953-3539, Fax (334) 953-3527,
 
E-Mail Address
brian.bendele@maxwell.af.mil, james.bane@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is as of 30 Jan 02. The purpose of this modification is to clarify the solicitation. The drawing is for additional information, quotes should be based off of specs listed in this solicitation. A couple of questions arose. The specs call out a balcony on the tower section and drawings show a balcony on residential section. Follow the specs. Next, the roll door can be relocated, but it must not affect training evaluations. Also, instead of two burn rooms in the residential section, there should be one burn room in the residential section and one burn room in the garage section. Again, the drawings do not reflect this. Follow the specs. Please contact SSgt Bendele at 334-953-5528 with any questions. All other terms and conditions remain the same. 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 in the notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number F01600-02-T-0003 is issued as a Request for Quotation using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-03. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business. The North American Industrial Classification System Code is 332311 with a small business size standard of 500 employees. Contractor shall furnish and install the following items: 0001- Structural Fire Simulator Deputy Chief Model FF-3 or equal consisting of the following salient characteristics which meet or exceed the following: TOWER SECTION ? approx. 11?L x 22?W x 30?H, exterior stairs, flat roof, Roof live load 100 PSF, wind load 25 PSF, interior stairs to 3rd deck level, parapet roof guard with chain opening, balcony, rappelling rings, interior fixed ladder to 3rd deck to roof hatch, Fire Dept. connection, interior deck load 100 PSF, (1) approx. 3? x 7? interior metal door, (1) approx. 3? x 4? window opening with steel shutters, (1) approx. 4? x 4? roof chop-out hatch, exterior stairs. RESIDENTIAL SECTION? approx. 35? 4? L x 22?W x 27?H; ridge approx. 7? ??, Double pitched and gable roof, roof live load 100 PSF, Wind load 25 PSF, Deck live load 100 PSF, Attic Drywall Frame, roof ladder fender brackets, (8) approx. 3? x 4? Window openings with steel shutters, (1) approx. 6? x 4? Window opening with steel shutters, (1) approx. 3? x 7? Exterior metal door, (1) approx. 6? x 7? exterior double leaf steel door, (1) Interior steel door, (2) Hinged gable louvers, (2) approx. 4? x 4? Roof chop out hatches, (2) rooms will have live burn capabilities and have insulation and temperature monitoring system. BURN ROOM GARAGE ? approx. 14?L x 22?W x 10?H, Single pitch standing seam roof ?? in 12?, Roof live load 100 PSF, Wind load 25 PSF, (3) approx. 3? x 4? window opening with steel shutters, (1) approx. 3? x 7? exterior metal door, Garage walls are insulated and contain a temperature monitoring system. The training facility must meet all requirements of the National Fire Protection Association (NFPA) 1000 series for fire fighter proficiency and certification programs, also, provide the fire chief with the capability to certify to the strict physical fitness requirements of NFPA 1583. In addition, the facility shall also provide for compliance with NFPA 1500 Fire Fighter Health and Safety Standard and 1582 Standard on Medical Requirements for Fire Fighters. The Government will provide the concrete slab after an award has been made. FOB Destination is Maxwell AFB AL. Warranty information shall be provided with quote. The desired manufacturing, delivery, and installation time is 115 days or less after receipt of order. See attached layout for information purposes only. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Oct 2000) applies to this acquisition. Submit signed and dated quotes on company letterhead. The government will make an award to the lowest priced, brand name or equal offer and responsible contractor whose quote conforms to the solicitation and is the best value to the government. The government reserves the right to evaluate delivery capability and make a best value decision. The contractor must be registered in the Central Contractor Registration database. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2001) and Alt I; DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Sep 1999) with the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hil.af.mil. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2001), is incorporated into this RFQ; and is addended to add the following clauses: FAR 52.211-6, Brand Name or Equal (Aug 1999); 52.219-6, Notice of Total Small Business Set-Aside and 52.247-34, FOB Destination; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2001) is applicable. The following additional FAR clauses under paragraphs (b) and (c) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) applies to this RFQ. The following additional DFARS clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustments; 252.247-7023, Transportation of Supplies by Sea. DFARS 252.204-7004, Required Central Contractor Registration; 252.243-7001, Pricing of Contract Modifications; and 252.225-7002, Qualifying Country Sources as Subcontractors are also applicable. The Defense Priorities and Allocations System rating is C9E. A due date for quotes will be 11 Feb 02. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg. 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527, ATTN: Brian Bendele, or emailed to brian.bendele@maxwell.af.mil. Reference the RFQ number and provide delivery date on the quote. Please email or fax any questions/comments to Brian Bendele (fax and email information above).
 
Place of Performance
Address: Maxwell AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN20020201/00020527-020130210155 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.