Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2005 FBO #1252
SOLICITATION NOTICE

69 -- Life Rafts - 20 Person Capacity

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
FA4620-05-Q-A018
 
Response Due
4/14/2005
 
Point of Contact
Eric Tainter, Contract Specialist, Phone (509) 247-4871, Fax (509) 247-8685, - Jon Blide, Contract Specialist, Phone 509 247-4864,
 
E-Mail Address
eric.tainter@fairchild.af.mil, jon.blide@fairchild.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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4620-05-Q-A018 is issued as a request for quote, utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26&27. The North American Industry Classification System Code (NAICS) is 326299. Small business size standard is 500 employees. This acquisition is 100% small business set-aside. Unit Small Business Specialist is Marion Nelson (509-247-4880); link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov: link to unit public information: http://www.fairchild.af.mil/lgcons. The requirement is for 20 each Brand name or equivalent: Patten Group Life Raft, model Denier LRU-15A “OR EQUAL” modified in accordance with the attached Description of Items. The Description of Items and additional clauses attached to this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. The following attachments are incorporated as part of this solicitation and can be downloaded at link: http://www.eps.gov. 1) Online Representations and Certifications, ORCA Quick Reference Guide(See http://www.bpn.gov) for on-line instructions. 2) Wide Area Workflow information. Description of Items: 1) 20 ea. modified Denier LRU-15P twenty-person life rafts. Patten P/N #F2B1LRU15A, to include: life raft assembly consisting of an inflation assembly (carbon dioxide and inflation valve), two single compartments, circular flotation tubes, two boarding ramps, a spray/weather shield, and an inflatable floor. Color: Yellow 2) One ramp is attached to each flotation tube on opposite sides of the raft. The floor will have an inflatable floor support. Also required are a sea anchor, lifeline, boarding handles, and topping-off valves located on eachy side of the flotation tubes and floor support. 3) The life raft and accessory container are stored in a carrying case that can hold both items. 4) Markings: raft will be stenciled “FOR SERE TRAINING USE ONLY”, Letters should be 1 inch tall by ¾ inch wide, color: black or dark blue. 5) An image of the item can be viewed at http://www.lifesupportintl.com/lru-15p.html 6) Equivalent or superior items will be considered. Delivery is requested no later than 30 days from date of contract award, and required no later than 120 days from date of contract award. Delivery Address: Det-2, 66th TRS, 55 Radford Blvd, Suite C, Pensacola, FL 32508-5255. Note: Interested parties submitting quotes must also include descriptive literature that will demonstrate functional and product equivalency. The following FAR provisions/clauses apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors – Commercial Items (Jan 2005) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (Jun 2003) FAR 52-204-7 Central Contractor Registration (Oct 2003); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government’s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2005) with Alt I (Jan 2005). FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2005) under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to Government, with ALT I (Jul 1995) (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (June 2003) (iii) ALT II (Mar 2004) (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) (9) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) (14) FAR 52.222-3 Convict Labor (Jun 2003) (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (17) FAR 52.222-26 Equal Opportunity (Apr 2002), (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (19) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (25) FAR 52.225-13 Restriction on Certain Foreign Purchases (Dec 2003), (30) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.222-1 Notice to Government of Labor Disputes (Feb 1997) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFAR 252.204-7004 Required CCR Alt A (Nov 2003) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) under para (a) and (b), the following clauses are incorporated: FAR 52.203-3 Gratuities (Apr 1984) DFAR 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) DFAR 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004) DFAR.252.225-7031 Secondary Arab Boycott Of Israel (Apr 2003) DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2003) are applicable to this acquisition; DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003), DFAR 252.247-7023, Transportation of Supplies by Sea (_X_ Alternate III.). DFAR 252.204-7004, Required Central Contractor Registration (Nov 2001) [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award], DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), 252.232-7003 Electronic Submission of Payment Requests (MAR 2003) apply to this acquisition. Quotes may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to Attn: A1C Eric Tainter at (509) 247-8685 [FAX] or emailed to eric.tainter@fairchild.af.mil or mailed to 110 W. Ent St. Suite 200, Fairchild AFB, WA 99011-9403. A1C Eric Tainter can be reached at (509) 247-4871, secondary POC is 1Lt Jon Blide , who can be reached at (509) 247-2163. Quotes are due by 12 April 05; NLT 4:30 pm Pacific Time, and interested parties submitting offers for products other than the Denier LRU-15A one-man life rafts Patten P/N #F2B1LRU15A must comply with FAR 52.211-6, identifying the item by brand name, model number and include clear descriptive literature that will demonstrate product equivalency to the modified LRU-15A. Anticipated award date is shortly after reciepts of quotes. Award will be made to the responsible quoter offering the lowest overall price meeting the requirements of this synopsitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/FA4620-05-Q-A018/listing.html)
 
Place of Performance
Address: DET-2 66th TRS, 55 Radford Blvd, Suite C, Pensacola, FL
Zip Code: 32508-5255
Country: United States of America
 
Record
SN00798700-F 20050501/050429214149 (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.