Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
MODIFICATION

42 -- NFPA 2007 FIRE FIGHTERS PERSONAL PROTECTIVE CLOTHING AND EQUIPMENT

Notice Date
8/22/2007
 
Notice Type
Modification
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2C1EC7194A001
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Point of Contact
Lara Staley, Contract Specialist, Phone (808) 448-2974, Fax (808) 448-2911, - John Haberlach, Contract Specialist, Phone (808) 448-2966, Fax (808) 448-2911,
 
E-Mail Address
lara.staley@hickam.af.mil, john.haberlach@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F2C1EC7194A001 Posted Date: Aug, 17 2007 Original Response Date: Aug 24, 2007 Current Response Date: Aug 24, 2007 Original Archive Date: Sep 7, 2007 Current Archive Date: Sep 7, 2007 Classification Code: 42 ? Fire fighting, rescue & safety equipment Set Aside: Total Small Business Naics Code: 423850: SERVICE ESTABLISHMENT EQUIPMENT AND SUPPLIES Contracting Office Address Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES 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. The solicitation number for this procurement is F2C1EC7194A001 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0531 and Air Force Acquisition Circular (AFAC) 2007-0531. For informational purposes the North American Industry Classification System code is 423850: SERVICE ESTABLISHMENT EQUIPMENT AND SUPPLIES. You are invited to provide quotations to meet the following requirement in accordance with the below List of Required Items. Request you provide a quotation to include the below price list information including unit price and total cost, Representations and Certifications and/or ORCA registration, appropriate certification/accreditation, and below contractor information. Prices shall be fully burdened to include overhead, general and administrative expenses, profit and general business taxes (if applicable to government contracts). Quotes must be good through 30 September 2007 and include shipping. All items can be brand name or equal. This acquisition will be awarded as a firm-fixed price contract that represents the best value to the government and best shipping time. Contract will consist of fourteen (14) line items. 0001 Proximity Coat NFPA 2007 Edition Construction & Labeling size 42, 6 Each; 0002 Proximity Coat NFPA 2007 Edition Construction & Labeling size 44, 6 Each; 0003 Proximity Coat NFPA 2007 Edition Construction & Labeling size 48, 6 Each; 0004 Proximity Pant NFPA 2007 Edition Construction & Labeling size 42, 6 Each; 0005 Proximity Pant NFPA 2007 Edition Construction & Labeling size 44, 6 Each; 0006 Proximity Pant NFPA 2007 Edition Construction & Labeling size 48, 6 Each; 0007 Proximity Helmet, Lite Force Plus, BPR, 18 Each; 0008 ARFF Boot, NFPA Compliant, 18 Each; 0009 Aluminized Proximity Gloves, BPR Wristlet Super Glove, Wristlet Style, NFPA 1971, 18 Each; 0010 Hood, Nomex, Full Face&Chest, Vented, 18 Each; 0011 Nomex Flyers Gloves, 18 Each; 0012 Pelican Big Ed Rechargeable 3750, 18 Each; 0013 1506 TSA Pelican Lock, 72 Each; 0014 Pelican 3650 Rechargeable Little Ed Yellow, 18 Each; This requirement is for the items described above or comparable. Offerors responding to this requirement must include a specification data sheet on proposed item(s) offered. Offeror may propose an alternate proposal if offering more than one solution. This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be the most advantageous to the Government, price and other factors considered. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Nov 2006) (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Jun 2005) is included with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Sep 2006), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). The following FAR clauses are applicable: 52.233-3, Protest after Award (Aug 1996), 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (Jun 2003), Child Labor: Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-22, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports (Sep 2006); Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.222-41, Service Contract Act of 1965 as amended (May 1989) (See http://www.wdol.gov/sca.aspx to search for Wage Determination 05-2153 HI, Island Wide), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (June 2005); 252.225-7003, Buy American Act ? Free Trade Agreements ? Balance of Payments Program (Oct 2006); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.247-7023, Transportation of Supplies by Sea (May 2002). ALL PROPOSALS MUST REACH THIS OFFICE NLT 1500 hrs, Hawaii Standard Time (HST), on 24 August 2007. Any questions in regards to this solicitation must be submitted NLT 22 August 2007 to ensure the Government ample response time and timely submittals of proposals. E-mail offers to 15th Contracting Squadron, Hickam AFB, Hawaii, ATTN: Lara A. Staley at lara.staley@hickam.af.mil or fax number (808)-448-2911. Alternate Contracting POC: John M. Haberlach, (808)448-2966 or john.haberlach@hickam.af.mil Quotations must meet all instructions put forth in this combined synopsis/solicitation. Reference the solicitation number and provide a delivery date on the quotation. Secondary POC: John M. Haberlach, Phone: (808)448-2966, Fax (808)448-2911, Email john.haberlach@hickam.af.mil ******************************* Point of Contact Lara A. Staley, Contract Specialist, Phone 808-448-2974, Fax 808-448-2911, Email lara.staley@hickam.af.mil This amendment corrects the Solicitation number located in the Description Section. The correct Solicitation Number is F2C1EC7194A001. All other information remains the same.
 
Place of Performance
Address: 15 CES/CEF, 345 MAMIYA AVE., HICKAM AFB, HI 96853-5152
Zip Code: 96853-5152
Country: UNITED STATES
 
Record
SN01381253-W 20070824/070822221636 (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.