Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

12 -- Live Fire Training System

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3EC1194A002
 
Archive Date
9/27/2011
 
Point of Contact
Tyler Ingalls, Phone: 907-552-7169, Robert Peters, Phone: 907-552-5774
 
E-Mail Address
tyler.ingalls@elmendorf.af.mil, robert.n.peters@elmendorf.af.mil
(tyler.ingalls@elmendorf.af.mil, robert.n.peters@elmendorf.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 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: Line Item 0001: Quantity of 1 - Liquid Propane Gas-Fueled Live Fire Training System - System shall comply with NFPA Std 1403 and include three interchangeable fire scenes; Bunk beds, toy chest, and roll over burn wall - System shall include o Automated LEL monitoring o High temperature monitoring o Air flow monitoring o Pendant operator control and station o Complete propane set-up to include all electrical and plumbing upgrades from existing utilities - Freight and installation to be included in price - Burn room cell must remain capable of burning Class A materials in addition to Vapor propane. This solicitation is for Commercial items. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 332311 with a size standard of 500 employees. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by September 12, 2011 at 4:00PM Eastern Standard Time. All proposals must be faxed, mailed or emailed to: POC; A1C Tyler Ingalls, 10480 22nd Street, Suite 239, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7169, Fax (907) 552-7497, tyler.ingalls@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 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 solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability 2. Price This will be a lowest price technically acceptable purchase. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The following provisions apply to this acquisition: FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-3 Alt 1 Offeror Representations and Certifications - CI FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation 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 52.222-36 Affirmative Action for workers with disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7036 - Buy American Act - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7036 Alt 1 - Buy American Act - Free Trade Agreements - Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation By Seas DFARS 252.247-7023 Alt III Transportation of Supplies by Sea G-201 - Wide Area Work Flow Instructions In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to A1C Tyler Ingalls All responsible sources may submit a written proposal, which shall be considered. Email any questions to: tyler.ingalls@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EC1194A002/listing.html)
 
Place of Performance
Address: 6210 Arctic Warrior Drive, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02567201-W 20110910/110909000015-69459063e83492ffb14a34d8d7dcbcc0 (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.