Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

83 -- Various Shelter and Shelter Supplies

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-07-Q-A041
 
Response Due
6/22/2007
 
Archive Date
8/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 314912 with a Small Business Size Standard of 500 employees. The solicitation number for this announcement is Request for Proposal (RFQ) FA4452-07-Q-A041 to provide Brand Name or Equal Drash equipment as follows: Six (Qty 6) DRASH VESTIBLE CURTAINS Model S - Mfg. Part Number 93058 - NSN number 8340-01-395-3978. Features include the following: Creates an internal entryway at either end of shelter. Insures maintenance of blackout conditions during ingress/egress without turning off the shelter lights. Maintain temperature within the shelter when heating and cooling. Three (Qty 3) Brand Name or Equal DRASH INSULATED UNDERFLOOR MODEL 2 - Mfg Part Number 93070 - NSN number 8340-01-467-902. Features include: Provides additional protection in rough, rocky terrain. Insulates in snow and ice conditions. Subfloor is very lightweight and placed between the ground cover and the floor. Six (Qty 6) Brand Name or Equal DRASH UNIVERSAL CONNECTOR SET TAN - Mfg Part Number - 93144T - NSN number 8340-01-459-4443. Feature include: Allows two shelters to be connected. Provides a weather and light tight seal. Attaches to any doorway on any DRASH Brand Name or equal shelter and connects both interior and exterior covers. Three (Qty 3) Brand Name or Equal DRASH WINDOW SETS Small - Mfg Part Number 93056 - NSN number 8340-01-395-3977. Features include: Clear vinyl windows to cover the shelter?s interior mesh windows. Allows ambient light while maintaining a controlled interal environment. Can be used in extreme cold weather for external windows. Six (Qty 6) Brand Name or Equal DRASH SPARE KIT - TAN - Mfg Part Number 90223T - NSN Number 8340-01-495-4446. Feature includes - Replace parts for shelters. Includes color coded Titanite struts, plain and looped keepters, interior and exterior hub sets, stainless steel screws and ratchet screwdrivers. Kits include the following: 5 each Interior Looped Keepers, 5 each exterior looped keepers, 5 each exterior keepers, 2 each internal hub sets, 2 each exterior hub sets, 50 each screws, 1 each ratchet screwdriver, 1 each spanner wrench, 2 each blue strut pairs, 2 each green strut pairs, 4 each red strut pairs, 4 each yellow strut pairs, 1 each bag. If quoting an equal product, all above equipment must be compatable with the quote shelters. Three (Qty-3) Brand Name or Equal DRASH Shelter Model 2 Series S - Tan Color - Mfg Part Number 00200T NSN number 8340013953976 (see below for salient characterisitics). Four (Qty-4) Brand Name or Equal DRASH Shelter Model 2XB - Tan Color - Mfg Part Number 100200T - NSN number 8340-01-475-2880. The salient characterisitics for both Models are as follows: The shelter shall be compatable with current XB Drash shelters utilized by other deployable packages co-located with this shelter to facilitate connecting this shelter with co-located shelters. The Connector Set shall allow any two XB Shelters to be connected together to provide a weather and light tight connection between two shelters. The connector set shall connect the interior and exterior covers of one shelter to the interior and exterior covers of another at any doorway. Shall be a quick erect and strike, tactical soft-walled shelter. Shall be made of specially coated polyester and nylon fabrics and shall meet or exceed Mil Performance requirements. Shall utilize a ?dual cover? design to create approximately one foot of air space between the covers to act as an insulator. The combined weight of both covers shall not exceed 18 oz. per sq. yd. (508 g per sq. m). Shelter frame shall be a freestanding, self-supporting structure allowing for quick erect and strike. The frame design shall create a large interior span without the use of interior support poles or locking devices. The frame shall be manufactured from an aerospace material, which has a flex strength greater than the flex strength of aluminum of the same cross sectional area. Shelter shall be able to compress to less than 2% of its deployed size. Shelters shall be designedn for use by the 5th percentile female to the 95th percentile male. Shelter exterior doorway shall have a dual closure system of Velcro and quick release snap buckles. Shelter shall have non-metallic screen windows in both interior and exterior covers. Shelter shall have a ground cover and a floor made from 13-14-oz/sq. yd. (425-475-g/sq. m) coated polyester meeting MIL RF44103C which shall match the footprint of the erected shelter. Shelter shall be operable 100% of the time in temperatures ranging from -40F to +125F (-40C to +52C). Erected shelters shall be capable of withstanding sustained winds of 55 miles per hour with gusts of 65 miles per hour for 30 seconds uration when properly staked down and wind lines deployed. Shelters shall be designed to withstand rainfall at a rate of 1-inch (2.5 cm.) per hour. Delivery is to be made no later than 31 August 07. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. When proposing an equal product be sure to submit documentation which demonstrates the items compliance with the characterisitcs as mentioned above. In addition, all requested shelter parts identified must be compatible with the quoted shelters. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.211-6, Brand Name or Equal, applies to this acqusition. The clause at FAR 52.214-21, Descriptive Literature, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6; Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101--Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Delivery of Brand Name or Equal DRASH Shelter Model 2XB IS McGuire AFB, NJ. All other equipment shall be delivered to Travis AFB, CA. All offers are due to this agency no later than 22 June 07, 3:00 p.m., local time. Send all offers to Treniece Stith, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to treniece.stith@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far.
 
Place of Performance
Address: SCOTT AFB IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01320185-W 20070617/070615223625 (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.