Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

66 -- Colorimetric Tubes - Draeger Brand Name or Equal Colorimetric Detector Tubes Memo

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA71073A001
 
Archive Date
6/8/2011
 
Point of Contact
Yvette M. Kelly, Phone: 8502838630, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draeger Brand Name or Equal Colorimetric Dector Tubes Memo and Civil Defense Simultest pictures. This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. The solicitation reference number is F4ATA71073A001. This acquisition will be a 100% small business set-aside for the North American Industry Classification System (NAICS) code: 334513. The business size standard is 500 employees. Please note that this is a DRAEGER Brand Name or Equal requirement for the Contract Identification Line Item (CLIN) identified below. CLIN 0001: See below and attachment Item 1: Civil Defense Set I - Part Number 8103140, Qty 852 Item 2: Civil Defense Set V - Part Number 8103200, Qty 852 Item 3: HazMat Simultest Set I - Part Number 8101735, Qty 852 Item 4: HazMat Simultest Set II - Part Number 8101736, Qty 852 Item 5: HazMat Simultest Set III - Part Number 8101770, Qty 852 Item 6: Fluorine - Part Number 8101491, Qty 284 Item 7: Hydrogen Fluoride - Part Number 8103251, Qty 284 Item 8: Carbon Disulfide - Part Number 8101891, Qty 284 * Detector tubes must be compatible with the Drager CDS Kit P/N 4056528 and associated accessories. * Tubes delivered under this solicitation shall have minimum of 23 months of shelf-life at the time of delivery. Tubes not meeting this requirement will be returned and replaced for ones that meet this shelf-life criterion. Replacement of nonconforming tubes (less than 23 months shelf-life at time of delivery) will be made no cost to the government and within 30 days. Warranty - Items shipped and delivered must be warranted by the manufacturer to be free from manufacture and material defects specific to its intended purpose. Detector tubes with manufacturing or material defects shall be replaced at no cost to the government. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.203-13 - Contractor Code of Business Ethics and Conduct FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended... FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.211-6 - Brand Name or Equal FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications-Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting FAR 52.219-28 - Post-Award Small Business Program Rerepresentation 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-50 - Combat Trafficking FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFAR 252.203-7000 - Requirements Relating to Compensation of Former Dodd Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7008 - Export-Controlled Items DFAR 252.205-7000 - Provision of Information to Cooperative Agreement Holders DFAR 252.209-7001 - Disclosure of Ownership or Control by Gov't of Terrorist Country DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 - Offeror representations and certifications - Commercial items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.219-7003 - Small Business Subcontracting Plan DFAR 252.225-7000 - Buy American Act-Balance of Payment Program DFAR 252.225-7001 - Buy American Act and Balance of Payment Program DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.225-7012 - Preference for Certain Domestic Commodities DFAR 252.225-7015 - Restriction on Acquisition of Hand or Measuring Tools DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.243-7001 - Pricing of Contract Modifications DFAR 252.243-7002 - Requests for Equitable Adjustment DFAR 252.247-7022 - Representation of Extent of Transportation by Sea DFAR 252.247-7023 - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA71073A001/listing.html)
 
Place of Performance
Address: 501 Illinois Avenue Suite 5, Tyndall AFB, Florida, 32405, United States
Zip Code: 32405
 
Record
SN02444528-W 20110512/110510235026-0b4ab0a38d262da248e08b807aaf3ffd (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.