Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

42 -- Fire Extinguisher Maintenance

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-02-T-0072
 
Response Due
7/23/2002
 
Archive Date
8/7/2002
 
Point of Contact
Thomas Brick, Contract Specialist, Phone 402-294-6005, Fax 402-294-0430, - Doug Lambert, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430,
 
E-Mail Address
thomas.brick@offutt.af.mil, douglas.lambert@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F25600-02-T-0072 is issued as a request for quotations. 55 CONS intends to issue a purchase order for a service contract to repair, maintain, and service all fire extinguishers and halon extinguishers on the base for a period of 12 months beginning 1 October 2002 and ending 30 September 2003. The contractor shall provide all tools, supplies, equipment and labor necessary to repair, maintain, and service all portable and wheeled fire extinguishers at Offutt AFB, Nebraska in a manner that will ensure there serviceability and prevent deterioration in value or effectiveness. Following are the quantities of portable or wheeled fire extinguishers to be used in determining workload: 63 type ABC 2.5 lbs. Portable, 3 type ABC 4 lbs. Portable, 103 type ABC 5 lbs. Portable, 24 type ABC 8 lbs. Portable, 20 type ABC 9 lbs. Portable, 1,564 type ABC 10 lbs. Portable, 8 type ABC 16 lbs. Portable, 1 type ABC 15 lbs. Portable, 43 type ABC 20 lbs. Portable, 5 type ABC 30 lbs. wheeled, 1 type BC 2.5 lbs. Portable, 3 type BC 5 lbs. Portable, 1 type BC 6lbs. Portable, 4 type BC 8 lbs. Portable, 29 type BC 10 lbs. Portable, 2 type BC 20 lbs. Portable, 1 type D(Metal) 20 lbs. Portable, 1 type D(Metal) 30 lbs. Portable, 6 type FE36 10lbs. Portable, 307 water type 2.5 Gals. Portable, 143 type Halon 1211 5 lbs. Portable, 98 type Halon 1211 150 lbs. Wheeled. The contractor shall perform the required repairs, maintenance and services at the Offutt AFB extinguisher shop. The contractor may perform repairs that cannot be performed on Offutt AFB at a shop owned/operated by the contractor. The contractor shall coordinate with the Fire Prevention Office the removal of all fire extinguishers before removing any extinguishers from the base and must ensure there are adequate fire extinguishers available to the customer. See attached Statement of Work for further details. This solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 561210; the NAICS size standard is $6 million; and the SIC Code is 8744. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY AWARD DATE will make a bidder ineligible for award. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.233-3, Protest After Award; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; and 52.252-6, Authorized Deviations in Clauses. Additionally, the following FAR clauses cited under 52.212-5 are applicable: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241); and 52.222-41, Service Contract Act As Amended (41 U.S.C. 351, et seq.). The following Defense Federal Acquisition Regulation provisions and clauses apply to this acquisition: DFAR 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act?Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; and 252.225-7009, Duty-Free Entry?Qualifying Country Supplies. The following Air Force Federal Acquisition Regulation Supplement clauses apply to this acquisition: AFFARS 5352.223-9001, Health and Safety on Government Installations; and 5352.242-9000, Contractor Access to Air Force Installations. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a), women-owned, HUBZone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages, and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov. A hard copy of the Statement of work is available by contacting Thomas Brick at (402) 294-6005, or email at thomas.brick@offutt.af.mil . Any questions or a request for a site visit prior to submitting your proposal should be submitted to Thomas Brick at the above number or via facsimile at (402) 294-0430 or call Douglas Lambert at (402) 294-9601. Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCA on Offutt AFB NLT close of business on Tuesday the 23rd of July 2002. Facsimile copies may be submitted to (402) 294-0430.
 
Place of Performance
Address: Offutt AFB, NE
Zip Code: 68113
Country: USA
 
Record
SN00110731-W 20020705/020704052405 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.