Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOLICITATION NOTICE

99 -- Hight Threat Protective Barricades

Notice Date
5/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FNWZ05-0055
 
Response Due
5/17/2005
 
Archive Date
6/1/2005
 
Point of Contact
Michael Reed, Contract Administrator, Phone (325)696-1456, Fax (325)696-8676, - Matthew Anderson, Contract Administrator, Phone (325) 696-3863, Fax (325) 696-4079,
 
E-Mail Address
michael.reed@dyess.af.mil, matthew.anderson@dyess.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; proposals are being requested and a written solicitation will not be issued; funds are not presently available for this contract and are subject to FAR 52.232-18 Availability of Funds. The proposed contract is 100% set-aside for small business concerns. Solicitation is issued for Request for Quotations FNWZ 05-0055. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2001-19 . The NAICS Code is 326199 with a size standard of 500 employees. Request Quotation to purchase High Threat Protective Barricades. These barricades must be a minimum of 8' feet tall and cover a distance of 469' end to end. They must be made of a material that will not shatter, splinter, break-down/break-apart during an explosion or by being shot with a weapon; withstand and hold up during a significant blast of at least a 220 lb bomb; withstand/stop, with no pentetration, all caliber bullets fired from a weapon up to and including a .50 cal machine gun; can be filled with water, sand, or any other material that will stand up to the above requirements; and finally, must be free standing without needing support/construction work accomplished to be effective. Quotations must include testing documentation to show barricades have passed the above requirements. Quote must include estimated delivery time from time of award and pricing must be good for 120 days. Prices must be FOB destination with shipping included in the unit price and with payment terms of NET 30. Provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses are cited: FAR 52.203-3, Gratuaities; FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.207-4, Economic Purchase Quantity—Supplies; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.215-21, Requirements for Cost or Pricing Data or Information Other than Cost or Pricing Data – Modifications; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations On Subcontracting; FAR 52.222-3, Convict Labor, Clause at FAR 52.222-19, Child Labor; 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 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; FAR 52.227-1, Authorization and Consent; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3 Protest After Award; Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. DFAR 252.225-7036, North American Free Trade Agreement Implementation Act, is incorporated by reference. Offers are due to: 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-8676, by 1630 hrs CST, 16 May 2005. Please contact 1st Michael A. Reed by telephone (325-696-1456) or by e-mail (michael.reed@dyess.af.mil) with any questions. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/FNWZ05-0055/listing.html)
 
Place of Performance
Address: 7 CONS/LGCA 381 Third Street Dyess AFB TX
Zip Code: 79607
Country: USA
 
Record
SN00804271-F 20050512/050510212549 (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.