Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

54 -- BRAND NAME OR EQUAL ALASKA EXTREME SHELTERS

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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-A055
 
Response Due
6/28/2007
 
Archive Date
7/13/2007
 
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; quote 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 open Open Market. The North American Industry Classification System (NAICS) for this acquisition is 332311 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-07-Q-A055. The contractor is to provide Brand Name or Equal Alaska Extreme 1836 Shelter (Tan) including Electrical/Lighting Kits, Plenum, one piece liner, Part # AK-18EXT-26-2, quantity of 9 each. The foplllowing salient characteristics are applicable for Brand Name or Equal: SPECIFICATION CHECKLIST 1 MAXIMUM WIDTH: 18' 2 MAXIMUM LENGTH: 26' 3 MAXIMUM HEIGHT AT PEAK: 9' 4 MINUMUM FOOTPRINT: 468 SQ 5 FRAME MATERIAL: ALUMINUM 6 COVER MATERIAL: 15 OZ/SQUARE YARD MIL-SPEC VINYL FABRIC (MINIMUM) 7 COMPLETE ALUMINUM BASE SYSTEM WITH LOCKING PINS 8 MAXIMUM LENGTH OF ANY FRAME SECTION: 84" 9 MAXIMUM WEIGHT OF ANY FRAME SECTION: 7 LBS 10 FLOOR MATERIAL: 15 OZ SQUARE YARD NON-SLIP VINYL FABRIC (MINIMUM) 11 (1) ONE PIECE PULL OVER LINER WITH TWO SIDE ENTRYS, TWO STOVE PIPE OPENINGS, TWO SETS OF ECU PORTS AND HOOK /LOOP FASTENERS 12 THE ONE-PIECE LINER SYSTEM MUST HAVE BEEN TESTED AND APPROVED BY THE USAF IN A U.S. GOVERNMENT TEST FACILITY 13 2-PIECE 16" DIAMETER PLENUM WITH ELBOW SECTION THAT ATTACHES TO SUPPLY DUCT OF ECU/HVAC UNIT 14 MAXIMUM WEIGHT OF EACH ELECTRICAL CABLE IS: 9 LBS 15 (8) 50W PORTABLE FLOURESCENT LIGHTS WITH ON/OFF SWITCHES AND QUICK CONNECT MOUNTING BRACKETS 16 (1) LIGHT WEIGHT ALUMINUM 20 AMP POWER CONTROL BOX WITH ILLUMINATED CIRCUIT BREAKER ROCKER SWITCHES AND MILSPEC CONNECTORS 17 (1) 50' POWER CABLE 18 (2) 120V RECEPTACLE LINES WITH 3 MOLDED TRI-PLEX OUTLETS 19 EACH END PANEL INCLUDES (1) 3' X 7' ZIPPER ENTRY, TENT CONNECTOR FLAP, (2) 30" X 42" RECTANGULAR NET VENT WINDOWS AND INSULATED 20 MAXIMUM WEIGHT OF EACH END PANEL = 55 LBS 21 COVER TO INCLUDE A MAIN COVER CONNECTOR FLAP TO ATTACH TO OTHER SHELTERS 22 COVER TO INCLUDE (2) 6" STOVE PIPE OPENINGS WITH FIRE-RESISTANCE RING 23 MAIN COVER TO INCLUDE QTY 2- 18" DIAMETER HVAC PORTS, AND (1) 6" ELECTRICAL CABLE PORT EACH SIDE 24 SHELTER AND ACCESSORIES TO BE PACKED AND STORED IN 12 CARRY BAGS. THE MAXIMUM WEIGHT OF ANY ONE BAG IS 130 LBS. 25 MINIMUM USABLE LIFE EXPECTANCY 10 YEARS WITH CONSTANT USE AND A 20 YEAR SHELF LIFE 26 SET UP TIME TO BE LESS THAN 20 MINUTES WITH A TRAINED 6-PERSON CREW 27 SHELTER MUST HAVE BEEN SUCCESSFULLY TESTED BY AN INDEPENDANT LABORATORY TO WITHSTAND A 80 MPH SUSTAINED WIND LOAD FOR AT LEAST 30 MINUTES WITH INTERMITTENT 100 MPH WIND GUST (INCLUDE FINAL TEST REPORT WITH BID) 28 SHELTER MUST HAVE BEEN SUCCESSFULLY TESTED BY AN INDEPENDANT LABORATORY TO WITHSTAND A 15 POUND PER SQUARE FOOT SNOW LOAD (INCLUDE FINAL TEST REPORT WITH BID) The items are to be shipped to Travis AFB, McGuire AFB, and Ft. Dixon AMWC. The required date of delivery is no later than 31 Aug 07. The total quoted price shall include the shipping cost. 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 to submit documentation which demonstrates the items comliance with the characteristics as mentioned above. In addition, all requested shelter parts identified must be compatible with the quoted shelters. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. It is our intent to evaluate offers and award without discussions; however, we reserve the right to hold discussions. 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. 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 52.212-4, 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;, 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, Affirmative Action 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 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following clauses apply to this requirement FAR 52.214-21 ? Descriptive Literature. 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; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101?Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. In Accordance With (IAW) FAR 52.211-14, 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. All offers are due to this agency no later than 11:00 A.M., Central Daylight Time (CDT), 28 June 2007. Send all offers to the attention of Naomi Brown, HQ AMC/A7KQC, 507 Symington Dr. Room W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Naomi.Brown-02@scott.mil, phone 618-256-9980. To view the clauses in full text, visit www.acqnet.gov/far.
 
Place of Performance
Address: 507 SYMINGTON DR RM W202, SCOTT AFB, IL
Zip Code: 62225-5022
Country: UNITED STATES
 
Record
SN01325905-W 20070624/070622235158 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.