Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

84 -- Cranial Helmets

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B2A11179A001
 
Point of Contact
Kelsey L. Brightbill, Phone: 5804817255
 
E-Mail Address
kelsey.brightbill@altus.af.mil
(kelsey.brightbill@altus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 97th Contracting Squadron hereby issues the following combined synopsis/solicitation for commercial items 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. A quote is being requested and a written solicitation will not be issued. This is a Total Small Business Set Aside Solicitation number F1B2A11179A001 is hereby issued as a FOB Destination Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is classified under North American Industry Classification System code 315999 with a size standard of 500 employees. In order to be considered a responsive offeror, the offeror must qualify as a Small Business under NAICS 315999. Please ensure that the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) reflect the business size under NAICS CODE 315999. A Firm-Fixed Price purchase order will be issued in writing. Altus AFB, Oklahoma has a requirement for: 119 Medium (530-560mm), 285 Large (560-590mm), 71 Extra-Large (590-630mm) Cranial Helmets. Color must be white and meet ANSI Z89.1-2009 industrial head protection standard. Must be compatible with night vision devices and eye protection. Comparable with existing and known future hearing protection and communication systems. Must be compatible with David & Clark Headset Model #40493G-01 and Howard Leight Ear Defenders Model #QM29 (Thunder 29s). Fit for male AND female users. Less heat retention. Easy maintenance and care of replaceable parts. Protection against limited electrical shock. Signal light fastener and reflective tape installed. Adjustable chin strap/chin cup. Award will be based on price. This is a Total Small Business Set Aside Please send any questions or request to 97 CONS/LGCA, ATTN: Kelsey Brightbill, 308 N. 1st, Suite 2301, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-7255, send a fax to (580) 481-5138, or e-mail at kelsey.brightbill@altus.af.mil The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st St., Suite 2301, Altus AFB, OK 73523 at or before 2:00 P.M CST, July 21, 2011. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or emailed to kelsey.brightbill@altus.af.mil. Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) if applicable. Please register Representations and Certifications on ORCA, http://orca.bpn.gov/. FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). FAR clause 52.204-7, Central Contractor Registration (Apr 2008), Award shall be made only to contractors who have registered with the Central Contractor Registration at www.ccr.gov, FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR clause 52.212-4, (Jun 2010), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A Required Central Contractor Registration (Sep 2007), FAR clause 52.212-4(c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) and its deviations (May 2011) applies to this acquisition and is incorporated by reference. Paragraph (a), (b), and (c) of the clause incorporate by reference the following FAR clauses: 52.222-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Jul 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011), FAR 52.219-27, FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-35(Sept 2010), FAR 222.35,Equal Opportunity for Veterans (Sep 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Veterans (Sep 2010), FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), The FAR clause 52.212-5 (Dev) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-1, Notice to the Government of Labor Disputes (Feb1997) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010), FAR 52.222-50, Combating Trafficking in Persons (Feb 2009), FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011), FAR 52.223-10, Waste Reduction Program (May 2011), FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010), FAR 52.225-1, Buy American Act - Supplies (Feb 2009), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.232-1, Payments (Apr. 1984), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.246-1, Contractor Inspection Requirements (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998), FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.253-1, Computer Generated Forms (Jan 1991), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007), DFARS 252.204-7008 Export-Controlled Items (Apr 2010) DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009), DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003), DFARS 252.225-7012, 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Mar 2008). DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998), DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2008), DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992), DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002), Local 005 Wide Area Work Flow DODAAC and Email Distribution Table, Note: Use of WAWF will speed up your payment processing time and allow you to monitor your payment status online. There are no charges or fees to use WAWF. For more information contact WAWF Customer Service Center at 1-866-618-5988/(801) 605-7095 or email at cscassig@csd.disa.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) at (800) 756-4571, Option 2, then Option 3 or (614) 693-8507, Option 2, then Option 3. Please have your order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of your order. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your purchase order/contract number or invoice will be required to inquire status of your payment. Go to DFAS on the web at: www/dod.mil/dfas/contractorpay/vedor/payinquiresystemvpis. Payments may be expedited electronically via Internet through the Wide Area Workflow (WAWF) system for more info go to https://wawf.eb.mil. Please note that all acquisitions for medical equipment must be input as a "stand-alone" invoice - do not use a "combo" (i.e. combined invoice and receiving report). Receiving reports are generated in a different system by customer. Local 0006 Ombudsman (Apr 2010) Local 0007 Heightened Security Delivery (Aug 2007) LOCAL AT INFO 6 May 2011 Altus Air Force Base has an antiterrorism program that is responsible for helping secure and protect the base and its personnel from terrorist attacks. As a contractor working on Altus Air Force Base, you and your sub-contractors are required to obey all orders from Security Forces, and participate in and adhere to all security measures implemented during exercises, or real-world Force Protection Condition changes (security posture changes). Additionally, you and your sub-contractors are expected to report to base security forces any suspicious activities, packages, or items you see while conducting work on Altus Air Force Base. Suspicious activities could include personnel conducting surveillance of the installation, unauthorized personnel requesting access to the installation, or somebody asking a lot of questions about the base. In an effort to help familiarize you, your employees, and sub-contractors about antiterrorism, Altus Air Force Base has an AntiTerroism binder with all of the pertinent information for awareness training available for review at Pass and Id, 2nd floor Building 52, Altus Air Force Base, Oklahoma. LOCAL IP-Security Information 29 June 2011 Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Altus AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Altus AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB, Oklahoma. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access. No telephonic responses will be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B2A11179A001/listing.html)
 
Place of Performance
Address: Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN02503924-W 20110721/110720002531-e0cfe37ba6e5632e6a6bcf97c93c8059 (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.