Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

42 -- Chemical Biological Escape Hood Respirator, Training Masks, Training Videos

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
174 FW/LGC, 6001 East Molloy Road, Syracuse, NY 13211-7099
 
ZIP Code
13211-7099
 
Solicitation Number
DAHA30-03-T-0019
 
Response Due
6/11/2003
 
Archive Date
8/10/2003
 
Point of Contact
Mark Alton, 315-454-6133
 
E-Mail Address
174 FW/LGC
(mark.alton@nysyra.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis and solicitation for the following 3 commercial items: 1)Chemical Biological Escape Hood Respirator. Color Tan; One size fits all; Hood covers the entire head and seals at the neck by a neck dam; Neck dam on mask 9 inch to 24 in ch circumference; large vision area with anti-Fog coating, chemical resistant and is sewn and sealed to the hood; lightweight approx one (1) pound; filters 6600 to 20,000 particles; Filter is positioned in front and below of wears mouth; nose clip is inte grated into the hood; Silicone mouthpiece; have same or exceed absorption capacity of military C2A1 filter; Minimum of four (4) years shelf life. Manufacturer: QuickMask. QTY 465 EA, 2) Training Masks, Manufacturer: Quickmasks. QTY 512, 3) Training Videos, Manufacturer: Quickmasks. QTY 2 This synopsis and solicitation is prepared in accordance with the format FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation to be issued: quotations are being requested and no further written solicitation will be issued. The solicitation number for this Request for Quote is DAHA30-03-T-0019. Offers are due by not later than 12:00 p.m time on 11 June 2003 The solicitation document and incorporated provisions and clauses are tho se in effect through Federal Acquisition Circular 01-13 and the Defense Acquisition Circular 91-13. This procurement is being issued 100% small business set-aside with an assigned naics code of 339113. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of clauses may be accessed electronically at http://farsite.hill.af.mil. All prospective offerors must, if not already, register with ccr (Central Contractor Registry) at http://www.ccr.g ov. As a minimum, offerors must show (1) the Solicitation Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Remit to address, if different than mailing address. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions—Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order—Commercial Items; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for workers with Disabilities; FAR 52.225-1 Buy American Act-Supplies: FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-3 Protest After Award; FAR 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration; DFARS 252.204-7004 Required Central Contractor Registration (CCR); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev); DFARS 252.204-7000 Disclosure of Information. Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The Government intends to award a si ngle contract. The Government reserves the right not to award to the lowest price. Offerors who are not registered in the CCR are ineligible for award. All responsible sources may submit an offer, which shall be considered by the agency. Submission of of fers can be mailed to ATTN: Mark A. Alton, Contracting Specialist, 174th FW/MSC, 6001 E Molloy Rd, Syracuse, NY 13211 or faxed to (315)- 454-6134, or emailed to mark.alton@nysyra.ang.af.mil at or before 11 June 2003, 12:00 p.m. EST.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA30-5/DAHA30-03-T-0019/listing.html)
 
Place of Performance
Address: 174 FW/LGC 6001 East Molloy Road, Syracuse NY
Zip Code: 13211-7099
Country: US
 
Record
SN00341355-F 20030607/030605214321 (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.