Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

16 -- Simulated Helicopter Hoist

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4620-07-Q-A045
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation FA4620-07-Q-A045 is issued as a request for quote, utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. North American Industry Classification System (NAICS) Code is 336413. Small business size standard is 1000 Employees. Unit Small Business Specialist is Mrs. Marion Nelson ((509) 247-4880); link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov: link to unit public information: https://www.fairchild.af.mil/lgcons. The Government intends to award a contract on a ?Sole Source? basis to Survival Systems, LTD. Fairchild AFB has a requirement for a deep-end hoist and overhanging simulated helicopter recovery system at the Survival, Evasion, Resistance and Escape (SERE) School, Fairchild AFB, WA. The following attachments are incorporated as part of this solicitation and can be downloaded at link: http://www.fbo.gov: 1) Pricing Schedule/Standard Commercial Warranty, 2) Drawings, 3) Sole Source Justification, 4) Wide Area Workflow Invoicing Instructions and 5) Base Access Procedures. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), [http://farsite.hill.af.mil] FAR 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006), FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Aug 2007) with Alternate I (Apr 2002), DFARS 252.212-7000 Offeror Representations and Certifications (Jun 2005) The following FAR clauses apply to this acquisition: FAR 52.202-1 Definitions (Jul 2004) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (Sep 2005) FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Jul 2006). FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006) FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Sep 2006), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), FAR 52.232-17 Interest (Jun 1996) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2007) under Para (a), the following clauses are incorporated: (1) 52.233-3, Protest After Award (Aug 1996); (2) 52.233-4, Applicable Laws for Breach of Contract Claims (Oct 2004); under Para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); with Alternate I (Sep 2006) (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) (9) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (16) FAR 52.222-3 Convict Labor (Jun 2003), (17) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007), (18) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (19) FAR 52.222-26 Equal Opportunity (Mar 2007), (20) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Sep 2006), (21) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (22) FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(U.S.C. 4212), (23) FAR 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees (Dec 2004) (29) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), (34) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.228-5 Insurance ? Work on a Government Installation (Jan 1997) The schedule of insurance requirements is as follows: 1. Workmen?s Compensation and Employers Liability Insurance as required by law, except that if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen?s Compensation insurance shall extend to cover employer?s liability for accidental bodily injury of death and for occupational disease with a minimum liability limit bodily injury of death and for occupational disease with a minimum liability limit of $100,000. 2. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. 3. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At Least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. FAR 52.236-2 Differing Site Conditions (Apr 1984) FAR 52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984) FAR 52.236-12 Cleaning Up (Apr 1984) FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984) FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.211-7003 Item Identification and Valuation (Jun 2005), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) under Para (a), the following clauses are incorporated: FAR 52.203-3 Gratuities (Apr 1984) under Para (b), the following clauses are incorporated: (4) 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005), (5) 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) (17) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), (20)(i) 252.247-7023, Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631), (21) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631). DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991). AFFARS 5352.201-9101 OMBUDSMAN (10 Aug 2005) ), [The fill-in for para (c), MAJCOM ombudsman, is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil .] AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) Post award Conference: Contractor will be required to attend a post award conference that will be scheduled at a later date. NOTE: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. Quotes may be faxed or emailed to Mr. Robert Hough, fax (509) 247-8685, email robert.hough@fairchild.af.mil, or mailed to 92CONS LGCA, 110 W. Ent St, Fairchild AFB WA 99011-8568. Submit the following items with the quotation: 1) Completed Pricing Schedule/Standard Commercial Warranty, and 2) Completed Representations and Certifications, as required in FAR 52.212-3 with Alternate 1 and DFARS 252.212-7000 (accessible at The Air Force FAR Site, http://farsite.hill.af.mil). Providing current ORCA certification fulfills the representation and certification requirement of FAR 52.212-3. Offers are due by 3:00 PM (PDT), 14 September 2007. Anticipate award no later than 25 September 2007.
 
Place of Performance
Address: Fairchild AFB WA
Zip Code: 99011
Country: UNITED STATES
 
Record
SN01398932-W 20070909/070907221728 (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.