Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

42 -- Manual Foam Dump Pull Stations

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 115 FW/LGC, WISCONSIN AIR NATIONAL GUARD, 115 FW/LGC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W312J2-08-T-1003
 
Response Due
5/26/2008
 
Point of Contact
Katherine Pinnow, 608-245-4524
 
Small Business Set-Aside
N/A
 
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 115 Fighter Wing is soliciting quotes for Manual Foam Dump Pull Stations, to be delivered to the Wisconsin Air National Guard, Truax Field, Madison, WI 53704. This requirement is a Total Small Business set-aside acquisition, issued as a Request for Quotation. The NAICS code is 561621 and the Standard Industrial Classification (SIC) 3569 applies to the procurement. The contractor shall provide the following items OR EQUAL; the solicitation number for this procurement is W912J2-08-T-1003. Submit written offers only via email or fax, oral offers will not be accepted. The contractor shall provide the following items OR EQUAL; final approval concerning OR EQUAL will be made by the Contracting Officer; CLIN 0001-(16) Signal Communications Corporation Model number SGX-32SK1-YL, equivalent or better. The force required to operate the station has been tested by Underwriters Labs for compliance with the 5 lb pull force. The station is to operate reliably within the uniquely difficult environments found in transportation tunnels, aircraft hangers, marine docks, hazardous locations (explosion-proof) etc&die-cast metal manual alarm station, UL Listed and Factory Mutual Approved Dual Action, Explosion-Proof Manual Alarm Station Explosion Hazard Classifications: Class I, Division 1, Groups B, C and D, Class II, Division 1, Groups E, F and G, Class III, Environment Classification: NEMA 4X (weather-proof), Marine Rated, Temperature: - 40 to 150 F (- 40 to 66 C), Humidity: 90% Relative Humidity at 100 F, Weight: 4.8 lbs, Dimensions: 6 5/16 H x 3 1/4 W x 3 7/8 D, Color: Face Plate yellow with raised white lettering Push/Pull Bar White with raised red lettering, Alarm Contacts (DPDT) Rating: 1 amp at 30 VDC, the alarm contacts are gold plated for corrosion resistance, 10 amps at 125 VAC Terminal Connects: Up to 14 AWG, Conduit Fittings: 2, Conduit Fitting Size: 3/4 14 NPT, Key lock reset. The items to be delivered FOB Destination within 45 days ARO to the following address: 115th CE, 3110 Mitchell Street, Building 412, Madison WI 53704. The following provisions are included in this acquisition: FAR 52.212-1, Instruction to Offerors-Commercial Items, Commercial (Apr 2008). The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the lowest price. Interested bidders shall include with their quotes a completed signed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007). The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2008). The following additional FAR clauses cited within clause 52.212-5 also apply; 52.203-6, Restriction on Subcontractor Sales to the Government, with Alt 1: 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; 52.222-36, Affirmative Action for workers with Disabilities; 52.225-1, Buy American Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; FAR Clause52.247-34, FOB Destination applies to this acquisition and DFARS 252.204-7004, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Request; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.246-7000, Material Inspection and Receiving Report, are applicable to the acquisition and the Service Contract Act, 52.222-41. The full text of these provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil. **SPECIAL REMARKS** To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR), NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this solicitation, contact MSgt Katherine Pinnow, at 608-245-4548 or katherine.pinnow@wimadi.ang.af.mil. Responses to this RFQ must be received by FAX (608) 245-4489 or e-mail by 1600 local time 26 May 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4959466f7254ab0fc93af5dd1507a117&tab=core&_cview=1)
 
Place of Performance
Address: 115 FW/CE Wisconsin Air National Guard, 3110 Mitchell Street, Building 412 Madison WI
Zip Code: 53704-2591
 
Record
SN01571138-W 20080514/080512215850-4959466f7254ab0fc93af5dd1507a117 (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.