SOLICITATION NOTICE
42 -- Interspiro Breathing Air Cylinders
- Notice Date
- 9/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F1B3F37205A004
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F1B3F37205A004 is hereby issued as a Request for Quote. This solicitation requires the purchase and delivery of below items for existing Interspiro SBCA equipment to include the following: 1. Interspiro Breathing Air Cylinders #9030 Rated at 4,500 PSI, 60 Mins CF, P/N 336890498 35 ea Note: This requirement is Brand Name only. This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 12.603, Streamlined Solicitation for Commercial Items. One award will be made based on price and delivery time. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2004) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (2:00 P.M.) CST, 14 Sep 2007. Quotations may be sent via mail to the above-stated address, faxed to (580) 481-5138, or submitted by e-mail to: bradford.shagrin@altus.af.mil. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-01 effective 09 March 2005. The following clauses and provisions shall also be included in this solicitation: FAR clause 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (SEP 2006); FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (AUG 2000); FAR 52.204-6, Data Universal Numbering System (DUNS) Number (OCT 2003); FAR 52.203-5, Covenant Against Contingent Fees (APR 1984); and FAR 52.203-7, Anti-Kickback Procedures (JUL 1995). FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006), block 27a- is incorporated by reference and applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), shall also be incorporated. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2007) (DEVIATION) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-28, Post Award Small Business Program Representation (June 2007); FAR 52.222-26, Equal Opportunity (E.0.11246) (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUL 2005); FAR 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (MAY 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires, (29 V.S.C. and 41 V.S.C. 351, et seq.) (MAY 1989); 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003). Also in incorporation are the following: 52.216-24, Limitation of Government Liability (APR 1984); and 52.216-25, Contract Definitization (OCT 1997) as defined in this solicitation. The DFARS clauses and provisions that apply to this solicitation are: DFARS clause 252.204-7004, Required Central Contractor Registration (NOV 2003); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006); DFARS clause 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JUN 2005); DFARS 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS 252.225-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (OCT 2006); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); DFARS 252.232-7003, Electronic Submission of Payment Request, (MAR 2007); and DFARS 252.204- 7004, ALT A Required Central Contractor Registration (NOV 2003). In addition, AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (AUG 2007) also applies to this Solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423990, with size standard not to exceed 100 employees. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration (CCR) database. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications (ORCA) website: http://orca.bpn.gov. Contractor MUST be registered in CCR and ORCA under the NAICS code for this solicitation to be considered for award. Failure to do this will result in a forfeiture of your submittal. When submitting a bid Vendors must submit in writing that they are registered under the NAICS code for this solicitation, as well as certify that they are a small business concern under the NAICS code for this Solicitation (per FAR 52.219-28). The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the requirement, etc). Points of contact include: Bradford Shagrin, Contract Administrator, 580-481-7251; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132 (Attn: SSgt Bradford Shagrin). You may also contact said P.O.C. via phone: (580) 481-7251, fax: (580) 481-5138, or e-mail: bradford.shagrin@altus.af.mil
- Place of Performance
- Address: 97 CES/CEF, Altus AFB OK
- Zip Code: 73523
- Country: UNITED STATES
- Zip Code: 73523
- Record
- SN01404004-W 20070914/070913072643 (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 |