Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

93 -- ASSAULT ZONE SUPPORT

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2FT139239A002
 
Archive Date
10/1/2009
 
Point of Contact
1 SOCONS/LGCC, Phone: 8508843273, Nicalus A Abner, Phone: 8508841266
 
E-Mail Address
1socons.lgcc@hurlburt.af.mil, nicalus.abner@hurlburt.af.mil
(1socons.lgcc@hurlburt.af.mil, nicalus.abner@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government has a commodities requirement for ASSAULT ZONE SUPPORT. The North American Industry Classification System (NAICS) code for this project is 339999 with a size standard of 500 employees; the SIC code is 3669. The contract will be a single award, Firm-Fixed-Price type contract. The incorporated provisions and clauses are current to Fac 2005-31, Effective 20 Apr 2009. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: 0001 - SINGLE COLOR CERISE KVAMP - ASSAULT ZONE PANELS 53 EACH 0002 - DUAL COLOR, ORANGE/CERISE KVAMP - ASSAULT ZONE PANELS 23 EACH 0003 - IRAM 2 EACH Requirements: Landing Zone markers are required to mark assault zone, to provide visual cues to pilots about the location and dimensions of the LZ runway, IAW AFI 13-217. The panels should be orange (Fluorescent Orange, Army Shade 230), cerise (Fluorescent Red, Army Shade 229), or other color acceptable IAW the regulation. In addition to that IOT not damage aircraft, the panels (or parts) must be frangible. Frangible marker panels/supports are preferred to avoid excessive damage if struck by an aircraft. Posts are needed to hold the panels upright. Posts must be strong enough to withstand jet blast and also frangible to break away upon impact. Post shall meet the frangibility definition, acceptance criteria, analysis and testing requirements defined in FAA 150/5345-44G, Specification for Taxiway and Runway Signs. The frangible points shall withstand wind loads due to jet blasts of 322 kilometers per hour (200 miles per hour) but will break or give way before reaching an applied static load over the surface of the sign of 8.9 kilopascals (1.3 pounds per square inch). Special Tactics requirements are needed for daily operations and to resupply our UTC requirements. FOB: Destination for delivery to Hurlburt Field, FL 32544 CLAUSES INCORPORTATED BY REFERANCE: FAR 52.212-4: Contract Terms and Conditions-Commercial Items DFAR 252.232-7003: Electronic Submission of Payment Requests AFFARS 5352.201-9101: OMBUDSMAN CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-1: Instructions to Offerors-Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to include technical specification. Offeror shall submit offers to 1 SOCONS/LGCC, Attn: SrA Nicalus Abner, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2FT139215A001. Offers may be emailed to nicalus.abner@hurlburt.af.mil. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2: Evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Price and technical acceptability. When combined, price and technical acceptability are approximately equal. FAR 52.212-3: Offeror representations and Certifications-Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6: Restrictions on Subcontractor Sales to the Government with Alternate I FAR 52.222-3: Convict Labor FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.222-19: Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21: Prohibition of Segregated Facilities FAR 52.222-35: Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36: Affirmative Action for Handicapped Workers FAR 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.225-13: Restriction on Certain Foreign Purchases FAR 52.225-15: Sanctioned European Union Country End Products FAR 52.232-33: Payment by electronic Funds-Central Contractor Registration FAR 52.233-3: Protest After Award FAR 52.233-4: Applicable Law for Breach of Contract Claim FAR 52.247-64: Preferance for Privatley Owned US-Flag Commercial Vessels FAR 52.252-2: Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6: Authorized Deviations in Clauses DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7036: Buy American -Free Trade Agreement-Balance of Payments Program DFARS 252.232-7003: Electronic Submission of Payment Requests DFARS 252.243-7023: Transportation of supplies by sea DFARS 252.225-7001: Buy American Act and Balance of Payments Program Contracting Specialist, SrA Nicalus Abner Phone (850) 884-1271, FAX 850-884-2041, E-Mail: nicalus.abner@hurlburt.af.mil, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810 Contracting Officer, Mr Ron Siniscalchi Phone (850) 884-3273, FAX 850-884-2041, E-Mail: ron.siniscalchi@hurlburt.af.mil, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT139239A002/listing.html)
 
Place of Performance
Address: 720 STG, 223 CODY AVE, HURLBURT FIELD, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01953076-W 20090916/090914235948-b0c17526643e0bd8a014e747bdd304a3 (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.