SOLICITATION NOTICE
42 -- HazMat/WMD Detection Equipment
- Notice Date
- 9/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- Reference-Number-F3P3A15193A200
- Response Due
- 9/23/2005
- Archive Date
- 9/24/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 12 CONS/LGCA Randolph AFB intends to award a contract for the purchase of HAZMAT/Weapons of Mass Destruction Detection Equipment. The following is a list of of the items and the quantities respectivly. The equipement is as follows: Radiation Alert Dosimeter : Qty: 8, Radiation Alert Dosimeter Charger: Qty 8, Waterproof pH/ORP Intelligent Electrode Meters 78086: Qty: 2, Waterproof pH/ORP/C Meters with ?Intelligent? Electrodes 78087: Qty: 2, Waterproof pH/ORP Intelligent Electrode Meters Calibration Date, Data 78089: Qty 2, 4 In 1 Personal Alarm Kit/Confined spaces with Data Docking Module and Passport kit: Qty: 4, Automatic Calibration for 4 In 1 Alarm Kit: Qty: 1, Confined Space Kit portable passport data docking module: Qty: 1, O2/LEL Pentane/CO/H2S Calibration Gas: Qty: 1, Inflatable Decontamination Shelter 10 X 20 Ft: Qty: 1, Drager Multi-IMS Monitor: Qty: 1, Biological Agent Detection Devices (BADD) Anthrax BADD Kit: Qty: 1, Ricin BADD Kit: Qty: 1, Botulinum BADD Kit: Qty: 1, Biological Agent Detection BADD Box: Qty: 1, Simulation BADD Devices: Qty: 1., Haz-Mat Equipment Storage Cabinet, Counter High: Qty:1. The applicable small business size standard is 500 employees and the NAICS code 334519. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.2040-7004 and 252.232-7009. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code. This synopsis of proposed contract action is for planning purposes only and does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. Proposals will be evaluated based on price and award will be made to the offer that is the most advantageous to the government. This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements- Balance of Payments Program; 252.227-7015, Technical Data?Commercial Items; and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. Proposals are due to the following prior to 23 SEP 05 @ 1430. Point of contact for this requirement is TSgt Jon Sanders at jon.sanders@randolph.af.mil 210-652-5171 or Mr Ricky Harris at ricky.harris@randolph.af.mil 210-652-5171.
- Record
- SN00899368-W 20050922/050920211946 (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 |