Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

42 -- Rapid Deployable Medical Decontamination System

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 LG/LGC, 3976 King Graves Road Unit 25, Youngstown ARS, OH, 44473-5925
 
ZIP Code
44473-5925
 
Solicitation Number
F33630-03-T-0002
 
Response Due
12/6/2002
 
Point of Contact
John Lingrel, Contract Specialist, Phone 330-609-1045, Fax 330-609-1042, - Jacqueline Rogers, Contract Specialist, Phone 330-609-1155, Fax 330-609-1042,
 
E-Mail Address
john.lingrel@youngstown.af.mil, jacqueline.rogers@youngstown.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 Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is F33630-03-T-0002 and is issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-09. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. This acquisition is reserved as a 100% TOTAL SMALL BUSINESS SET-ASIDE and the North American Industry Classification System (NAICS) code for this acquisition is 624230, with a Small Business Size Standard of $6,000,000. Please identify your business size in your response based upon this standard. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) under FAR Part 13. IMPORTANT NOTICE: Pursuant to FAR 52-232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and DFARS 252.204-7004 Required Central Contractor Registration requires contractors be registered in the CCR Database; award cannot be made unless contractor is registered. Contractors may register online at HTTP://WWW.ccr.gov. The requirement is for: One (1) Zumro Rapid Deployable Medical Decontamination System 216-A/B, Part #9626 or EQUAL. SALIENT FEATURES: At least 216 square feet (sq.ft.), multiple shower stalls, roller system used for non-ambulatory patients, system for storing grey-water, and the ability to effectively sustain night operations. Deliver to FE6656 910 LG/LGSD BLDG 208; Receiving Department; Youngstown ARS; 3976 King Graves RD Unit 27; Vienna, OH 44473-5927; Delivery date 30 days after receipt of the award. The following provision applies to this acquisition and is hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items. The government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a). Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. Solicitation Provision FAR 52.215-5 Facsimile Proposals applies (c. FAX Nbr 330-609-1042). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) technical capability of quoted item and 2) price. Best Value will be based on an integrated assessment of the two factors with technical capability being of greater importance than price. The government reserves the right to award to the ?other than low? offeror, if it is in the Government?s best interest. The provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this acquisition. Offerors are to include a completed copy of this provision with their quote. (The provision in full text is made available on the FBO site at the solicitation number above). The following FAR and DFARS Clauses apply and are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items. The following additional clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.204-7004 Required Central Contractor Registration. NOTE: The full text of the FAR and DFARS Clauses may be accessed on the internet as follows: FAR: http://farsite.hill.af.mil/vffara.htm; DFARS: http://farsite.hill.af.mil/vfdfara.htm Offers are due no later than 4:00PM EST on 6 December 02 at 910th LG/LGC BLDG 504, ATTN John L. Lingrel, Youngstown Air Reserve Station, 3976 King Graves RD-Unit 25, Vienna Ohio 44473-5925. See Note 1.*****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/910LGLGC/F33630-03-T-0002/listing.html)
 
Place of Performance
Address: Youngstown ARS 3976 King Graves Rd Vienna OH
Zip Code: 44473-5925
Country: USA
 
Record
SN00208695-F 20021122/021120220150 (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.