Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

42 -- Fire Fighting PPE - RFQ Attachments

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-15-Q-0035
 
Archive Date
8/31/2015
 
Point of Contact
Samantha L. Henderson, Phone: 6606872594, Eric J. Wienke, Phone: 6606875399
 
E-Mail Address
509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil
(509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Alcohol & Drug Policy Attachment 1; Pricing Sheet 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-15-Q-0035. This procurement is a 100% total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 339113. For the purpose of this procurement the small business size standard is 500 EMP. Products required are listed below: CLIN Quantity Unit of Issue Description 0001 1 Lot Thorogood 14" Power HV Leather Structural Bunker Boot Medium Width "or equal": Size 8 - 3 Pair Size 9 - 4 Pair Size 10 - 4 Pair Size 11 - 4 Pair Size 12 - 3 Pair Size 13 - 4 Pair Size 14 - 4 Pair Size 15 - 3 Pair 0002 1 Lot Honeywell Pro Series High Performance Protective Footwear Struximity Boots (certified for both structural and proximity firefighting) "or equal": Size 8 - 5 Pair Size 9 - 5 Pair Size 10 - 5 Pair Size 13 - 5 Pair Size 14 - 5 Pair Size 15 - 5 Pair 0003 45 Each Bullard Military Airport (ARFF) configured FX style fire helmets "or equal" require 6" gold face shield and aluminized helmet cover 0004 35 Each Bullard Proximity Shrouds for current Bullard Military Airport (ARFF) configured FX style helmets "or equal" 0005 1 Lot 3 Yellow, 1 Black, and 4 Red Morning Pride HDO-Ben 2 Plus w/EZ Flips/ESS Structural Goggle Fire Fighter Helmets "or equal" *All pricing must reflect applicable shipping and handling charges. "Or equal" products must meet or excced performance thresholds for firefighting equipment established under National Fire Protection Association Standard 1971 - Standard on Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting. Offerors must submit product data with quotation for all "or equal" product substitutions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, Defense Acquisition Circular 20150626, and Air Force Acquisition Circular 2015-0406. The following FAR Clauses and Provisions are hereby incorporated by reference into this solicitation with the same force and effect as if incorporated by full text: 52.204-7, System for Award Management Registration; 52.204-13, System for Award Management (SAM) Maintenance; 52.207-4, Economic Purchase Quantity; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications); 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 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; 52.219-8, Utilization of Small Business; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.225-18, Place of Manufacture; 52.232-11, Extras; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-1, Disputes; 52.247-34, F.O.B. Destination; 52.252-1, Provisions Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference, fill in (http://farsite.hill.af.mil); The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.236-7006, Wide Area Workflow (WAWF) Instructions (Local); 252.232-7010, Levies on Contract Payments; The following AFFARS Clauses apply to this acquisition: 5352.201-9101, Ombudsman: Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431; 5352.242-9000(Local), Foreign National Access to Whiteman Air Force Base All delivery drivers must be U.S. Citizens to gain access to the installation. Any non-U.S Citizens will require a thourough background check and approval process which needs to be coordinated by the Contractor BASIS FOR CONTRACT AWARD: The award will be made to the lowest priced offer that meets the minimum needs of the Government as stated in the table above. All quoted end products must meet or exceed performance thresholds for firefighting equipment established under National Fire Protection Association Standard 1971 - Standard on Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgca@us.af.mil or by FAX to (660) 687-7083 to the attention A1C Samantha Henderson or SSgt Eric Wienke. NOTE: Quotations must be received by 17 Jul 2015, 3:00 PM CST; late quotations will not be considered for award. Prospective Offeror must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1592fe194bb6d46a36ede648c2cdac3)
 
Place of Performance
Address: Whiteman AFB, WAFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN03784358-W 20150704/150702234634-b1592fe194bb6d46a36ede648c2cdac3 (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.