Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

93 -- PIT FOAM - F1S0AS1189B001 - ATTACHMENT 1

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AS1189B001
 
Archive Date
9/27/2011
 
Point of Contact
Nancy R. Palmer, Phone: 6612752538
 
E-Mail Address
nancy.palmer@edwards.af.mil
(nancy.palmer@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional information, drawings and measurements for Pit Foam Solicitation number: F1S0AS1202B001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 (effective 04 Aug 2011) and DFARs Change Notice (DCN) 20110819 (effective 19 Aug 2011), and AFFARS Parts current through AFAC 2011-0714 (effective 14 July 2011). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the 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 (ii) price. NAICS is 326150 with a small business size standard of 500 employees. Delivery: Acceptance is FOB Destination, Edwards AFB, CA 93524. This acquisition is being set aside 100% for Small Business. The AFFTC/PKE, Edwards Air Force Base, CA is seeking to purchase: High Density Pit Foam Foam shall be delivered in pre-cut shapes and wrapped in weatherproof packaging. Final product to customer shall be complete and useable. Shapes are listed below and dimensions are in inches (length x width x height): 1. Base Foam (204 x 89.5 x 24) 2. Front Wall Foam (89.5 x 16 x 20) 3. Side Wall Protection Foam Left (188 x 5.75 x 26.5) 4. Side Wall Protection Right (188 x 5.75 x 26.5) 5. Wedge Foam (142 x 78 x 30) - angle:~11.9 degrees (ref) 6. AMRAAM Foam Left (188 x 44.75 x 26.40) - angle:~29.6 degrees (ref) 7. AMRAAM Foam Right (188 x 44.75 x 26.40) - angle:~ 29.6 degrees (ref) 8. Station 2 Foam (200 x 60 x 30) 9. Station 3 Foam (200 x 60 x 30) Foam dimensions are based on polyurethane foam specifications as listed below: • Foam Grade: 1544 • Density PCF Pounds per Cubic Foot: 1.45±0.5 • IFD on 4" at 25% Deflection: 44-52 • Resilience (% minimum): 40% • Tensile Strength (minimum): 15 psi • Elongation (% minimum): 125% • Tear Strength (minimum): 2 • 90% Compression Set (% maximum): 10 See F1S0AS1189B001 - ATTACHMENT 1 for complete Statement of Requirement. No partial quotes for the items listed above will be accepted. FOB destination: Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2011) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Apr 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Aug 2011) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 Previous Contract and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (May 2007) 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7004, Alternate A - Required Central Contractor Registration (Sep 2007) 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items (Aug 2011) 252.225-7001 Buy American Act and Balance of Payment Program (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002) 5352.201-9101 Ombudsman (Apr 2010) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 12 September 2011, at 4:00 p.m., PDT. E-mail address: nancy.palmer@edwards.af.mil. Nancy Palmer Contract Specialist 5 South Wolfe Avenue Edwards AFB, CA 93524 661-275-2538 Nancy.palmer@edwards.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AS1189B001/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02553257-W 20110831/110829235117-4806584115032be43a8cefee82f44cd8 (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.