Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

58 -- MultiRae Plus EOD Kit TIC/TIM Detector (MultiRae Plus or equal)

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3F99180A005
 
Archive Date
10/1/2009
 
Point of Contact
Shon E. Johnson, Phone: 8138281674
 
E-Mail Address
shon.johnson@macdill.af.mil
(shon.johnson@macdill.af.mil)
 
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 6th Contracting Squadron intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is set-aside 100% for Small Business. The North American Industry Classification System (NAICS) for this acquisition is 334519 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. This solicitation (F2V399181A002) is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 29 April 2009, DFAR DCN 20090115 and AFFAR AFAC 2009-0318. DESCRIPTION OF REQUIREMENT ITEM 0001 - MULTI-GAS MONITOR EOD KIT (MULTIRAE PLUS EOD KIT or equal) - Quantity: 1 KT ___________________ KIT SHALL CONTAIN AS A MINIMUM: Monitor (MultiRae Plus or equal), 3 inch inlet probe, 3 external filters, EOD electrochemical smart sensors, EOD conditioning station for smart sensor interoperability, EOD ProRAE Suite Software (or equal software), custom firmware for EOD applications, Training CD Rom, EOD tech desert tan protective boot; Unit Accessories, Calibration Adapter/Kit, Tool Kit; Operational Manual, Alkaline Battery Adapter, and EOD lockable, waterproof Case (Pelican style). KIT MUST BE APPROVED FOR USE WITH AND COMPATABLE WITH PRE-EXISTING ROBOT PLATFORMS UTILIZED BY 6TH CIVIL ENGINEERING SQUADRON, CED (REMOTEC/NORTHRUP GRUMMAN -- ROBOT MODEL F6-A AND HD-1). THESE ROBOT PLATFORMS ARE CRITICAL TO THE DAILY OPERATION OF THE EOD MISSION AND ARE INTEGRATED INTO DEPLOYMENT, GARRISON AND EXERCISE OPERATIONS. TERMS AND CONDITIONS: These items are being procured on behalf of the 6th CES/CED (EOD) MacDill AFB, FL, 33621. Total cost shall include all shipping and handling. FOB Destination. Please quote ALL or NONE. All items must be delivered at same time. PROVISIONS/CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov.far/ or http://safaq.hq.af.mil/contracting): FAR 52.207-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items: FAR 52.212-4, Contract Terms and Conditions: FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, FOB Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications- Commercial Items (Offeror must submit a completed copy of this provision with its proposal in order for the proposal to be considered, UNLESS already listed in the ORCA database, see https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, 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 Disabled Veterans and Veterans of the Vietnam Era, 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, FA 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications,DFARS 242.204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: 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 official. Further, the ombudsman does not participate in the evaluation of proposal, the source selection process, or the adjudication or 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 ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, e-mail: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the JAJCOM/DRU level may be brought by the concerned party for father consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, fax (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 thee solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall b directed to the Contracting Officer. (END OF CLAUSE), AFFARS 5352.242-9000, Access To Air Force Installations. Additionally, your quote must list your DUNS, CAGE code, and Federal Tax ID number (TIN) with Company name, POC and phone number. If you need to obtain or renew a DUNS or CAGE code, please visit www.ccr.gov. Lack of registration in CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 16 September 2009 by 4:00 PM EST. Submit offer and representation and certification (unless listed on https://orca.pbn.gov ) to the attention of Ms. Shon Emily Johnson, 6CONS/LGCM, via fax 813 828-1091 or PREFERABLY by e-mail to shon.johnson@macdill.af.mil. It is the sole responsibility of the offeror to ensure the government has received the offeror's proposal by the due date and time and via an acceptable submittal venue.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3F99180A005/listing.html)
 
Record
SN01946031-W 20090910/090909085957-d57c5359f2d1e9516a02c247f581627b (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.