Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

12 -- Flashover Simulator

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A19190AG01-2
 
Archive Date
10/9/2009
 
Point of Contact
Ty Senour, Phone: 210-652-9108
 
E-Mail Address
ty.senour@randolph.af.mil
(ty.senour@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The 12th Contracting Squadron, Randolph AFB, TX, has a requirement to purchase a trailer structure designed to provide flashover training, similar to Flashover Systems Inc Model GBS (or equal). The structure must include a burn chamber, an observation chamber, and storage area. The burn chamber (Class A only) must be lined with refractory panels throughout and some type of high heat flooring material. It will also be equipped with a temperature reading system. The observation chamber will have a window to view the burn chamber and be insulated to protect the observers. It will also have a digital temperature reading of the burn chamber. The structure will have at a minimum a 5 year warranty on all parts and structural materials, to include replacing parts and structural stability of the entire facility. The trainer must meet or exceed all applicable NFPA and NIOSH standards. Structure must be of one piece design so as to minimize maintenance of expansion joints. This needs to be a permanently mounted structure with a concrete foundation. The manufacturer will be required to install the foundation and provide any equipment (IE: Crane) necessary for installation on said concrete foundation. Finally, the manufacture will provide a “Train-the-Trainer” course for the operation of the flashover trainer. Delivery terms will be FOB Destination. Note: If offeror is quoting an "Or Equal" item, the offeror must include all technical specifications. An award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-35 and DFARS change notice 20090729. Solicitation number F3P3A19190AG01 is issued as a Request for Quotation (RFQ). The associated North American Industry Classification System Code (NAICS) is 333319; and the size standard is 500 employees. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation--Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 -- Utilization of Small Business Concerns; 52.219-14 -- Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-3 Hazardous Material Identification and Material Safety Data; 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.; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Promgram; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. Note: It is the offeror's responsibility to become familiar with applicable clauses and provisions. 3. Award will be based on technical acceptability and price. The offeror, by acceding to all of the requirements and terms and conditions of this synopsis/solicitation, including the product specifications, will be determined technically acceptable. Award will then be based on price. Offers shall propose on all item(s). Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 4. A firm-fixed price award will be made in accordance with the following Schedule of Supplies: Flashover Training Simulator. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. Please provide a lead time on all quotes. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes must be received no later than 24 Sep 2009, 4:00 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offerors will not be considered. Please email all quotes and questions to Ty Senour at ty.senour@randolph.af.mil. Point of Contact: Contract Specialist- Ty Senour, ty.senour@randolph.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3A19190AG01-2/listing.html)
 
Place of Performance
Address: Randolph AFB, TX 78150, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01963930-W 20090923/090922000608-6cd1c3f22774353620a33fdcfa99b4e8 (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.