Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

42 -- Personal Fall Arrest System (PFAS)

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-11-T-0047
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Vicky L. Williams, 712-233-0514
 
E-Mail Address
185 ARW/MSC
(vicky.williams.1@ang.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W912LP-11-T-0047, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332312 the small business size standard is 500 employees. The following commercial items are requested in this solicitation: 0001 - (2 EACH) Free-standing fall arrest systems. Horizontal rail and trolley system with lightweight portable support structure, approximately 20'W x 15'H. Single track rail/individual man rated trolleys for anchorage of a Personal Fall Arrest System (PFAS). Powder-coated steel, urethane wheels, OSHA compliant. Must be movable by hand, forklift, or maintenance vehicle. Contractors are encouraged to quote one or multiple products that meet the Government's requirements. Contractors shall brand, model number, product specifications and warranty information for all products quoted. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to award a single purchase order. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must complete Online Representations and Certifications at https://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 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, Alt I, 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 52.232-33, Payment by Electronic Funds Transfer - Central Contractor. The clauses at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program, with Alternate I; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. All quotes must be sent to TSgt Mark Crombie via e-mail at mark.crombie@ang.af.mil. Quotes are required to be received no later than 3:00 PM CST, Wednesday, 21 September, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-11-T-0047/listing.html)
 
Place of Performance
Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51110-1396
 
Record
SN02573341-W 20110915/110913235408-c2ff1f8c3017dea165a87912abaf39e7 (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.