Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

42 -- Urban Search and Rescue Module

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D91180A004
 
Archive Date
9/16/2011
 
Point of Contact
Kristin Baily, Phone: 8056061507, Sandra A Odem, Phone: 805-606-2195
 
E-Mail Address
kristin.baily@vandenberg.af.mil, sandra.odem@vandenberg.af.mil
(kristin.baily@vandenberg.af.mil, sandra.odem@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # F4D3D91180A004. Submit written offers - quote template sheet provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and DFARS Change Notice 20110725. North American Industrial Classification Standard (NAICS) 334511 and Size Standard 750 apply to this procurement. Project Number: F4D3D91180A004 Project Title: URBAN SEARCH AND RESCUE MODULE 1. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template sheet is available upon request. 2. Quotes shall be valid for 30 days after close of solicitation. 3. All questions or comments must be provided to the Purchasing Agent in writing; telephone and other means of oral communication will not be permitted. The Purchasing Agent is Kristin Baily, Kristin.Baily@vandenberg.af.mil. The contract will be Firm Fixed Price with the following structure: CLIN 0001 Urban Search & Rescue Module (Proposed price is to be inclusive of quantities/components on attached spreadsheet and Statement of Work below. All Items are Brand Name or Equal.) 1 LOT CLIN 0002 Delivery 1 EA Statement of Work "Urban Search & Rescue Module" General - The scope of this project is for the contractor to design, build, equip and deliver a fully functional USAR Module including the items specified in this document and the attached list of components. VFD has researched the items and determined them to be critical to the successful implementation of the USAR program based on multiple environmental and physical requirements of the geographic area served by VFD. Substitutes are not acceptable unless compelling evidence is provided by the contractor in writing prior and acceptance by the Government. The Module is to be delivered as a complete and in-service unit to building 10660 VAFB California. The Module shall be a ruggedized Seatrain/Conex style unit capable of rail, over-the-road, ship borne and aircraft transport. The module shall have appropriate space for all of the specified equipment. The module should be no longer than 20 feet long and capable to be secured with typical padlock style locks. The contractor shall provide adequate mounts/anchor points from which to secure straps, chains, ropes etc. Tools and equipment shall be secured to both protect operators and the equipment itself. If mounts or fixtures present a metal-to-metal contact where abrasions may occur, a padding material shall be installed or provided. See attached spreadsheet identified as "USAR Line Items" for the items to be included in this contract. All of the items specified must be included and delivered with the trailer in a "ready-to-use" state. All manuals, specification books, multi-media training disks, software, spares, oils, lubricants, adjusting tools, safety equipment and guards must be included as per the manufacturers specification and provided by the contractor. The following Clauses and Provisions apply to this award : 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.212-5 Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post Award Small Business Program Representative 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Diabled Veterans, Veterans of the Vietnam Era, and Other Eligable Veterans. 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligable Veterans. 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference. 52.252-6 Authorized Deviations in Clauses. 252.203-7000 Requirements Relating To Compensation of Former DOD Officials 252.203-7002 Requirement to inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration. 252.204-7006 Billing Instructions 252.211-7003 Item Identification and Valuation 252.212-7001 Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 5352.201-9101 Ombudsman CONS G- 800 - WAWF All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be good until at least 30 days from the date of submission and should be sent to Kristin Baily at Kristin.Baily@vandenberg.af.mil or no later than 8:00 AM PST on 01 SEP 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D91180A004/listing.html)
 
Place of Performance
Address: 1172 Iceland Ave., Building 10660, VAFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02518071-W 20110804/110802234700-e31e0d2bcfd59c3c6b4430f84e0811ca (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.