Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

12 -- Fire Fighter Turn Outs, Helmets and Suspenders

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
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
Reference-Number-F73CEF22121700
 
Point of Contact
Floyd Kirkland, Contract Specialist, Phone 334-953-4191, Fax 334-953-3527, - Bob Key, Contract Specialist, Phone 334-953-6170, Fax 334-953-3543,
 
E-Mail Address
floyd.kirkland@maxwell.af.mil, bob.key@maxwell.af.mil
 
Description
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. This solicitation for purchase request F73CEF22121700 is issued as a request for quotation (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20020730. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This requirement is unrestricted, NAICS 315211 500 people. All Contract line items (CLIN) must meet NFPA 1971 or NFPA 1975 as applicable and be made in the United States. Submit information stating compliance with NFPA 1971 or 1975 as applicable. If submitting an ?Or Equal?, provide supporting documentation. The manufacturer for the following CLINs is Lion Apparel. The style of all turnout coats and pants is Janesville Commando and the color is tan with a radio pocket on the left side of the jacket. Saline characteristics are four layer collar for continuous thermal and moisture protection; liner yoke reinforced for added thermal protection; shoulders, elbows, knees and cuffs reinforced with leather for long life; bellows underarms and bi-swing shoulders; full bellows thigh pockets; external take up straps on pants; FR Velcro storm fly with zipper closure; stormed fly lined with moisture barrier to prevent wicking; and knees have water resistant, FR closed-cell foam cushioning. Suit shall have an ISODRI protective system and the contractor /vendor be a warranty and repair shop. CLIN 0001, COAT, P/N ACMDMD92K38x29, qty 1 ea; CLIN 0002, COAT, P/N ACMDMD92K42x29, qty 9 ea; CLIN 0003, COAT, P/N ACMDMD92K42x29, qty 3 ea; CLIN 0004, COAT, P/N ACMDMD92K44x29, qty 5 ea; CLIN 0005, COAT, P/N ACMDMD92K46x29, qty 7 ea; CLIN 0006, COAT, P/N ACMDMD92K46x32, qty 1 ea; CLIN 0007, COAT, P/N ACMDMD92K48x29, qty 5ea; CLIN 0008, COAT, P/N ACMDMD92K48x32, qty 2 ea; CLIN 0009, LONG COAT, P/N ACMDMD92K4832, qty 2 ea; CLIN 0010, COAT, P/N ACMDMD92K50x29, qty 5 ea; CLIN 0011, COAT, P/N ACMDMD92K50x29, qty 1 ea; CLIN 0012, COAT, P/N ACMDMD92K50x32, qty 4 ea; CLIN 0013, COAT, P/N ACMDMD92K52x29, qty 2 ea; CLIN 0014, COAT, P/N ACMDMD92K52x32, qty 1 ea; CLIN 0015, COAT, P/N ACMDMD92K54x32, qty 1 ea; CLIN 0016, PANTS, P/N APSUMD92K34S, qty 1 ea; CLIN 0017, PANTS, P/N APSUMD92K36, qty 14 ea; CLIN 0018, PANTS, P/N APSUMD92K36L, qty 2 ea; CLIN 0019, PANTS, P/N APSUMD92K38, qty 3 ea; CLIN 0020, PANTS, P/N APSUMD92K40, qty 16 ea; CLIN 0021, PANTS, P/N APSUMD92K40S, qty 1 ea; CLIN 0022, PANTS, P/N APSUMD92K40L, qty 1 ea; CLIN 0023, PANTS, P/N APSUMD92K42, qty 2 ea; CLIN 0024, PANTS, APSUMD92K44, qty 4 ea; CLIN 0025, PANTS, P/N APSUMD92K44S, qty 1 ea; CLIN 0026, PANTS, P/N APSUMD92K44L, qty 1 ea; CLIN 0027, PANTS, P/N APSUMD92K46, qty 1 ea; CLIN 0028, PANTS, P/N APSUMD92K46L, qty 1 ea; CLIN 0029, 42 INCH NAVY BLUE SUSPENDERS, P/N SB342, qty 31 EA; CLIN 0030 48 INCH NAVY BLUE SUSPENDERS, P/N SB348, qty 18 ea; CLIN 0031, P/C LEGACY 5 HELMET WITH WATER GUARD (red), P/N LFH3910A 41, qty 22 ea; CLIN 0032, P/C LEGACY 5 HELMET WITH WATER GUARD (black), P/N LFH6910A 21, qty 18 ea; CLIN 0033, P/C LEGACY 5 HELMET WITH WATER GUARD (yellow), P/N LFH3910A 11, qty 28 ea; CLIN 0034, COATS, P/N 4429FR, qty 45 ea; CLIN 0035, PANTS, P/N 4430FR, qty 45 ea; CLIN 0036, SUSPSENDERS 42 INCH, P/N SEB342FR, qty 40 ea; and CLIN 0037, SUSPENDERS 48 INCH, P/N SEB348FR, qty 40 ea; and CLIN 0038, HELMETS, P/N LEF3910A, qty 40 ea. The required delivery date is 30 days after award. The place of delivery and acceptance is Maxwell AFB, Alabama. FOB point is Maxwell AFB, Alabama 36112. Partial shipment and partial payment are not authorized. The provision at 52.212-1, Instructions to Offerors ? Commercial Item (OCT 2000) applies to this acquisition and is addendum to add 52.211-6, Brand Name or Equal (AUG 1999). Award will be based on lowest priced and the ability to meet the saline characteristics and requirements listed above. All contractors must include with their quotes, a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, Offerors Representations and Certifications-Commercial Items. The following FAR provision applies to this Solicitation: 52.212-1, Instructions to Offerors-Commercial and 52.212-3, Offerors Representations and Certifications-Commercial Items (JULY 2002). The following Defense Federal Acquisition Regulation (DFAR) provision applies 252.212-7000, Offeror Representation and Certifications-Commercial Items (NOV 1995) and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (MAR 1998). The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002), applies to this acquisition, and the following subparagraphs under paragraph are applicable (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with ALT I; (3) 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns; (5) 52.219-8, Utilization of Small Business Concerns; (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (24) 52.232-33, Payment by Electronic Funds Transfer. The clause at DFAR 252.204-7004, Required Central Contractor Registration applies to this acquisition. The DFAR clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2002), applies to this acquisition, and the following subparagraphs under paragraph are applicable 252.225-7012, Preference for Certain Domestic Commodities and 252.225-7036, Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Program. The Government contemplates award of one fixed price contract resulting from this solicitation. All interested, responsible firms should submit offers by 2:00 P.M., Central Standard Time, on Sep 28, 2002, to ATTN: Floyd Kirkland, Contracting Specialist, 50 LeMay Plaza South, Maxwell AFB, Alabama 36112-6334 phone number 334-953-4191 or Bob Key 334-6177. Faxed Bids will be accepted. Copies of above-referenced clauses are available upon request. Bidders are encouraged to use the Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov for use in preparation of quotation for submission. All clauses and provisions can be accessed via the internet at http://farsite.hill.af.mil. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract in accordance with DFAR 52.204-7004.
 
Place of Performance
Address: 42 CES/CEF, 300 West Maxwell Blvd, Maxwell AFB, Alabama
Zip Code: 36112-6523
Country: United States
 
Record
SN00171146-W 20020921/020919213439 (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  © 1994-2020, Loren Data Corp.