SOLICITATION NOTICE
42 -- SCBA Systems
- Notice Date
- 9/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
- ZIP Code
- 83648-5296
- Solicitation Number
- Reference-Number-FQ489742310300
- Response Due
- 9/24/2004
- Archive Date
- 10/9/2004
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) RFQ FQ489742310300 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as %100 Small Business. North American Industrial Classification Standard: 339113; Small Business Size Standard: 500. (v) CLIN (0001) 6 Each Tyco/Scott SWAT-PAK SCBA, All black design, tactical feel end of service indicator (EOSI), black nomex tactical hood, AV2000 face piece, black hardware and cylinder bag, 4500 psi/30 minute cylinders, interface with all Scott communications, Must be drop certified or Equal. (vii) FOB: Destination for delivery to: 366 CES, Bldg 1292 Ready Road, Mountain Home AFB, ID 83648. Required delivery date: 30 days after delivery of the contract. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-4 addendum to are included. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; 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 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal; FAR 52.203-3 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generatred Forms. The clause at DFARS 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004 Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7014 Preference for Domestic Specialty Metals; DFARS 252.225-7015 Restrictions on Acquisition of Hand Measuring Tools; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, applies to this acquisition. (xv) 1, 13 (xvi) All quotes must be emailed to SrA Girardi at matthewg@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to SrA Girardi. Quotes are required to be received no later than 16:30 MST, Friday, 24 September 2004.
- Record
- SN00680369-W 20040925/040923211905 (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 |