Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

42 -- Explosive Ordnance Disposal Containment Vessel

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-F13DEA32200100
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Eric Thaxton, Contracting Manager, Phone 757-764-0482, Fax 757-764-9297, - Rogernetta Burbridge, Contract Manager, Phone 757-764-7581, Fax 757-764-0905,
 
E-Mail Address
eric.thaxton@langley.af.mil, rogernetta.burbridge@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This 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. Requirement is for fifteen (15), trailer mounted, Explosive Ordnance Disposal, Gas Tight, Total Containment Vessel?s (TCV). The TCV shall be capable of operating in two separate modes. A gas tight mode that shall safely contain all the gases generated from a denotation of no less than 3 pounds of C4 (or equivalent explosives) as well as a controlled vent mode that shall be capable of containing a detonation of no less than 10 pounds of C4 (or equivalent explosives). The containment vessel shall have an inside diameter of no less than 42 inches, with an access opening of no less than 21? inches. The access door to the TCV shall be located on the side of the vessel, at approximately a 90 degree angle to the ground, for safely loading and unloading suspect devices utilizing current Air Force robotic capabilities and practices. The access door to the TCV shall be able to be remotely operated, with no less than a twenty foot stand-off for the operator. A back-up design shall be provided that shall enable the operator to open and close the door to the TCV in the event of loss of the primary system. A basket or cradle type system shall be provided that shall enable smooth loading and unloading of suspect devices without requiring the need to reach inside the vessel opening. A fragmentation sleeve or collar shall be provided inside the vessel for hard-cased devices. The TCV shall have a sealed electrical pass thru to allow for a counter charging capability. It shall also contain drain and fill ports for decontamination as well as a sampling capability to enable monitoring and sample collection after detonation or during the treatment process. The TCV shall be solidly affixed to the trailer, ensuring stability while at the same time allowing radial expansion of the vessel in the event of a detonation. The door of the vessel shall face the rear of the trailer, maximizing accessibility and minimizing obstructions to view. The trailer shall be sized so as to provide a stable platform for the containment vessel without being excessive in size or height. The trailer, with TCV and all accessories shall not exceed 6,000 lbs in total weight. It shall be provided with an electric brake system and shall meet all DOT requirements for licensing in the United States. A pintle hitch shall be provided for towing the unit. Accessories for the trailer shall include a spare tire and changing kit, all weather tarp to cover the entire unit during storage, area lighting that shall illuminate the TCV loading door, sealed storage box for tools and the tarp when not in use, stenciling on the TCV door (not to exceed 25 letters) as well as response strobe lighting that shall be wired through trailer plug. Training to include both operator/use, maintenance and servicing will be included in the price and will take place at the manufacturers? facility. A minimum of two copies of all operators? manuals, both paper and electronic, will be supplied with each unit. The containment vessel will be required for delivery no later than 15 May 2004 to multiple bases within the United States with acceptance and delivery to each military bases point of contact (POC). (Shipping addresses/POCs attached). The shipment shall be FOB Destination. The provision at FAR 52.212-1 Instruction to Offerors?Commercial, applies to this acquisition. All offerors are advised to provide include a copy of the entire provision at FAR 52.212-3 Offerors Representations and Cerifications?Commercial Items. Offerors must complete all areas as appropriate. The provision documentation may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1011_145324 Offerors are instructed that the clause contained at FAR 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition. Offerors are instructed that the clause contained at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders?Commercial Items applies to this acquisition. The below listed clauses apply to this requirement: FAR.52.203-3 Gratuities, FAR 52.203-6 Alt I Restrictions On Subcontractor to the Government (Jul 1995)?Alternate I, FAR 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors?Commercial Items; FAR 52.212-2 Evaluation?Commercial Items (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: (i) technical capability of the item offered to meet the Government requirement (ii) price; (iii) delivery schedule (see FAR 15.304) FAR 52.212-3 Offerors Representations and Certifications ? Commercial Items; 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; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 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 Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.225-1 Buy American Act?Supplies; FAR 52.225-3 Buy American Act?North American Free Trade Agreement?Israeli Trade Act; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.239-1 Privacy or Security Safeguards; FAR 52.242-13 Bankruptcy; FAR 52.243-5 Changes and Changed Conditions; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.246-18 Warranty of Supplies Of A Complex Nature; FAR 52.247-34 F.O.B. Destination; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.253-1 Computer Generated Forms; FAR 252.204-7004 Required Central Contractor Registration; FAR 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government or Terrorist Country; FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 252.219-7011 Notification to Delay Performance; FAR 252.225-7014 Preference For Domestic Specialty Metals; FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.243-7002 Requests for Equitable Adjustment; FAR 252.247-7023 Transportation of Supplies by Sea; FAR 252.247-7024 Notification Of Transportation By Sea. No other contract terms or conditions apply. Offerors shall provide proposals to HQ ACC CONS/LGCE, Attn: Lt Rogernetta Burbridge, 130 Douglas Street, 4th Floor, Suite 400, Langley AFB VA 23665-2791 no later than 4:00 PM Eastern Standard Time 15 September 2003. Additionally, proposals can be faxed to Lt Burbridge at 757-764-0905 or provided in Microsoft Word format via e-mail to rogernetta.burbridge@langley.af.mil. Questions regarding this requirement may be directed via phone to 757-764-7581 or 5053 or via email to rogernetta.burbridge@langley.af.mil
 
Place of Performance
Address: 130 Douglas Street, Suite 400, 4th Floor, Langley AFB VA
Zip Code: 23665
Country: USA
 
Record
SN00429851-W 20030911/030909213216 (fbodaily.com)
 
Source
FedBizOpps.gov 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.