Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

17 -- Fall Protection Units

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S1AB6123B001
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 and DFARs Change Notice (DCN) 2006-06-16. Standard Industrial Classification (SIC) code is 3446 and the size standard is 500 employees. NAICS is 332323. This acquisition is a 100% small business set aside. Simplified Acquisition Procedures (The award will be less than $100,000) will be followed. This purchase will be for two (2) two pad, Fall Protection Units. The following specifications are requirements that must be met by vendors who wish to submit a quotation: All components shall be included with only the need for an external supply of compressed air or nitrogen, so as to provide a complete and fully operational system. The Fall Protection Supplier shall maintain all appropriate insurances as applicable for the design and supply of fall protection systems. Proof of insurance listings shall be supplied as part of the system delivery. The Fall Protection Supplier shall be fully certified by the manufacture in the application, supply and maintenance of the fall protection system and shall have a minimum of 5 years full time experience with similar systems. Proof of manufacture??s approval shall be in the form of a copy of the supplier??s current certificate issued by the manufacture and supplied as part of the system delivery. The vacuum based fall restraint system must be: ? Self contained and completely mobile, requiring only compressed air or nitrogen supply with no reliance on external electrical supply or battery charging systems. ? Designed to operate in all environments (inside or outside in all types of weather conditions). ? Certified by a third party testing organization as being tested on wet surfaces. (Documentation will be required to prove this) ? Suitable for use using oxygen free nitrogen for low temperature applications. ? Suitable for use on curved surfaces to a minimum radius of curvature of 52??. ? While being used as a fall restraint devise, the system must be fully rated and approved to fall arrest standards. ? Intrinsically safe to allow un-restricted use around fuel tanks or any areas where fuel vapor may be present. ? Relatively light and easy to move and deploy by one person. ? Audible alarm if there is loss of incoming pressure, generated vacuum level or contact with surface while energized. ? Independent vacuum reservoir located in each anchorage pad which provides a minimum of 20 minutes of safe reserve operation during an alarm condition to allow personnel to reach a secure location in the event of loss of supplied gas pressure or generated vacuum. ( 20 Minutes reserve operation is physically verified and documented for every pad before shipment from the factory via 200 minute hold test thus providing a 10:1 safety factor ) Alarms which simply annunciate a failure condition of the system with no reserve time for safe operation shall not be acceptable. (Documentation required to prove this.) The system must include a minimum of one year warranty for parts and labor. The system package must include proof of compliance with the above listed ratings and standards in the form published certificates and reports provided to the owner for reference. The system package must include freight charges to the designated facility. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-3 Buy American Act ?V North American Free Trade Agreement; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; Clause 252.225-7036, North American Free Trade Agreement Implement Act; Clause 5353.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 14 July 2006 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7819 or e-mail address: mary.uptergrove@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN01082790-W 20060707/060705225017 (fbodaily.com)
 
Source
FedBizOpps 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.