Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

42 -- Vehicle Fire Training System and Trash Can Fire Trainer

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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
F2V3F80204A001-1
 
Archive Date
9/2/2010
 
Point of Contact
Daniel E. Abert, Phone: 8138283513, Mandy J. O'Malley, Phone: 8138281037
 
E-Mail Address
daniel.abert@macdill.af.mil, mandyj.omalley@macdill.af.mil
(daniel.abert@macdill.af.mil, mandyj.omalley@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is F2V3F80204A001-1. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Vehicle Fire Training System and Trash Can Fire Trainer. DESCRIPTION OF REQUIREMENT --ITEM No 0001. Vehicle Fire Training System 1 Ea. Require a liquid propane fire training unit. Unit must include a pilot module, burner tray, stainless steel control unit, individual burn areas in the following locations: interior fire simulation, trunk, under hood and wheel. Hood, trunk and passenger doors must be hinged for firefighter access. At least 6 gauge steel construction with heat resistant paint must be use for extended service life, with minimum 10 gauge steel on areas of direct fire impingement. Entire unit must be castered to allow movement of the prop. --Item No 0002. Installation and On-site training. Provide installation and proper set up of the unit with training for train-the-trainers for 20 individuals. Actual installation and onsite training date shall be set up consensually with the representative of the Fire Dep. after award. --ITEM NO 0003. Pilot Module - Industrial grade forced-air pilot that guarantees reliable ignition --ITEM NO 0004. Integrated Smoke Generator 1 Ea. Require smoke output for realistic training at 4000 cubic ft per minute, using a continuous operation smoke generator. Must work with the instructor's controller. --ITEM NO 0005. Integrated Cooling System to keep steel cool to prolong the life of the training system. Cooling system components should be hidden as much as possible to maintain realistic look and feel of the training system. --ITEM NO 0006. Pry-able Hood 1 Ea. Require modification to the hood assembly to allow fire fighter access. --ITEM NO 0007. Vehicle Sound Generator 1 Ea. Require sound generation controlled by the same vehicle prop control system. --ITEM NO 0008. Fixed Fires directly to the prop for specific fire location and characteristics such as wheel fires and pressurized vapor fires. (CNG vehicles) -- ITEM NO 0009. Interactive Electronic Trash Can same or similar to Part Number ETP100, 1ea. Package must include the following: Interactive electronic trash can, Prop controlled smoke detector, 2- wireless remotes controls, 5lb Bullseye laser extinguisher w/ rugged carrying case, extinguisher battery recharger, 1 year limited warranty, and user manual. Must have the following Features: Burning Can w./ Interactive fire, Internal fire sound FX and smoke FX, telephone connection, dial tone and electronic 911 operator, networkable with other Electronic props same or similar to Bullex props and training systems. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010, DFAR DCN 20100713 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) 333999. A firm fixed price contract will be awarded. All interested parties must quote on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement and all characteristics listed above; (ii) price; (End of Provision) DELIVERY ADDRESS: The equipment is to be procured on behalf of the 6 CES/CEF Fire Department, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (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, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. 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 prevision with its proposal for the proposal to be considered. 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 52.204-10 Reports on Subcontracting; FAR 52.219-6 Total Small Business Set-Aside; FAR 52.219-28, Small Business Representations, 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, FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 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; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. 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 Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: 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 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, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (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 the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR and ORCA database will make an offeror ineligible for award. Please ensure you have the correct NAICS codes listed in ORCA and CCR. DEADLINE: Offers are due on 18 August 2010 by 11:00 AM EST. Submit offers or any questions to the attention of Daniel Abert 6CONS/LGCM, by email to daniel.abert @macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3F80204A001-1/listing.html)
 
Place of Performance
Address: 6 CES/CEF, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02239655-W 20100814/100813000602-aa41654badaaddf78912e54b99f67ac5 (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.