SOLICITATION NOTICE
42 -- Purchase flashover fire training system and educational program
- Notice Date
- 3/30/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Avenue Bldg 811, Holloman AFB, NM, 88330-7908
- ZIP Code
- 88330-7908
- Solicitation Number
- FA4801-04-Q-0196
- Response Due
- 4/13/2004
- Archive Date
- 4/28/2004
- Point of Contact
- Stephen Ellison, Contract Specialist, Phone 505-572-2108, Fax 505-572-2107, - Stephen Ellison, Contract Specialist, Phone 505-572-2108, Fax 505-572-2107,
- E-Mail Address
-
Stephen.Ellison@holloman.af.mil, Stephen.Ellison@holloman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Holloman AFB seeks proposals for a flashover fire training unit with educational program. The contractor is to furnish all labor, parts, facilities, and transportation necessary to deliver and install the unit at Holloman AFB, NM, and conduct training in its operation, maintenance, and use. Holloman will purchase the system based on a best value determination. Selection criteria and factors follow. The unit is to be equal to that manufactured by Flashover Systems Inc., of Mississauga, Ontario, Canada, and all submissions must be accompanied by technical specifications regarding selection factors 1, 2, and 4. Selection of best value will be made by comparing submitted (and documented) technical specifications to those of the unit specified as the standard for selection factors 1 and 2. Any technical specification pertaining to Safety or Durability not matching or exceeding those of the standard will automatically disqualify the proposed unit. Selection factor 3 will be judged by the customer (Holloman AFB Fire Department) based on their professional experience and expertise, and is necessarily a subjective comparison. Selection factor 4 is part of the basic requirement of this solicitation. If it is quoted as an accessory or extra cost, the submitted unit will be disqualified. This does not, however, preclude itemizing of the various items of the proposal. Selection factors 5 and 6 will be used as a last resort in the event of a tie among submitted units. Selection factors, in descending order of importance, are: 1. Safety Compliance ? at minimum, NFPA standards 1001, 1403, 1500, and OSHA standards 1910.23, and 1910.134. 2. Durability ? the unit should be reasonably expected to last 10 years, assuming usage is not excessive and a regular periodic maintenance program with minor touch up painting. A warranty will suffice as documentation for this factor. 3. Ease of operation and maintenance ? primarily a subjective judgment. See above. 4. Training program ? standard with the unit. Content and methodology are required documentation for this factor. 5. Stationary unit ? preferred, but trailer-mounted is acceptable. 6. Price ? absolutely the least important factor.
- Place of Performance
- Address: Holloman AFB, NM
- Zip Code: 88330
- Country: USA
- Zip Code: 88330
- Record
- SN00556511-W 20040401/040330211858 (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 |