Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
SOLICITATION NOTICE

42 -- Explosive Ordnance Disposal Containment Vessel

Notice Date
5/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
F39601-03-R-C007
 
Response Due
6/16/2003
 
Archive Date
7/1/2003
 
Point of Contact
Thomas Guyer, Contract Manager, Phone 605-385-1742, Fax 605-385-1726, - Ken Tritsch, Contract Specialist, Phone 605-385-1735, Fax 605-385-1737,
 
E-Mail Address
thomas.guyer@ellsworth.af.mil, ken.tritsch@ellsworth.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description: 1. 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number: F39601-03-R-C007, This solicitation is issued as a Request for Proposal 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular current as of 16 April 2003. 4. This acquisition is a 100% set-aside for small businesses under the 332420 NAICS code. 5. Requirement is for 1 each Explosive Ordnance Containment Vessel with an all terrain hydraulic transporter and trailer. 6. The requirement specifications are for a NABCO Model 42 or equivalent Explosive Ordnance Disposal Gas Tight Containment Vessel. The vessel shall have at a minimum; a gas tight option able to safely contain all the gases generated from a detonation of no less than 3 pounds of C4 or equivalent explosives. Additionally, the unit shall at a minimum be capable of containing up to 10 pounds of C4 in the controlled vent modes. The containment vessel shall be transportable with a minimum all terrain hydraulic transporter with an included trailer. Other required specifications should be equivalent or better than the following, a 12 volt electric winch with a manual actuating option for remote door closure, I-Beam cradle suspension to allow immediate radial expansion, fragment attenuation tube for loading hard cased explosives, and guide bar basket assembly for smooth loading of suspect explosives. Size and load specifications shall be better than or equivalent to the following: Inside vessel diameter 42 inches, overall weight 3,500, maximum height 49 inches, maximum width 45 inches, maximum length 51 inches, access opening 211/2 inches, explosive basket dimensions 16 inches x 21 inches x 6 inches, power winch for remote door 1500 pound capability, hand winch 300 pound capability and aluminum cradle dimensions of 3 feet 6 inches x 3 feet 6 inches x 8 inches. All offers which reasonably meet our requirement will be accepted for consideration. 7. The containment vessel will be required for delivery no later than 1 August 2003 with acceptance and delivery to TSgt Douglas Moore, 28CES/CED, 840 White Street, Building 1501, Ellsworth AFB, SD 57706. The shipment shall be FOB Destination. 8. The provision at FAR 52.212-1 Instruction to Offerors----Commercial, applies to this acquisition. 9. All offerors are advised to provide include a copy of the entire provision at FAR 52.212-3, Offeror Representations and Certifications---Commercial Items. Offerors must complete all areas as appropriate. The provision documentation may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1011_145324 10. Offerors are instructed that the clause contained at FAR 52.212-4, Contract Terms and Conditions---Commercial Items applies to this acquisition. 11. Offerors are instructed that the clause contained at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders---Commercial Items applies to this acquisition. The below listed clauses as found under FAR 52-212-5 apply. (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: (3) 52.222-26, Equal Opportunity (E.O. 11246). (4) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (5) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (6) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). (8) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). (9)(i) 52.225-3, Buy American Act - North American Free Trade (10) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (12) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). (13) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 12. No other contract terms or conditions apply. 13. Offerors shall provide proposals to 28th Contracting Squadron, Attn Lt Thomas R. Guyer, 1000 Ellsworth St, Ste 1200, Ellsworth AFB, SD 57706 no later than 4:00 PM Mountain Standard Time 16 June 2003. Additionally, Proposals may also be faxed to Lt Guyer at 605-385-1726 or provided in Microsoft Word format via e-mail to thomas.guyer@ellsworth.af.mil 14. The point of contact for this acquisition is Lt Thomas R. Guyer. Questions regarding this requirement may be directed via phone to 605-385-1742 or via e-mail to thomas.guyer@ellsworth.af.mil
 
Place of Performance
Address: 1000 Ellsworth St. Ste., 1200, Ellsworth AFB, South Dakota
Zip Code: 57706
Country: USA
 
Record
SN00325774-W 20030518/030516213503 (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.