Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

78 -- Auto-Belays for Grand Forks AFB, ND

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3F11206A001(2)
 
Archive Date
9/16/2011
 
Point of Contact
Bryce E Pagel, Phone: 7017474891, Jeremiah J Snedker, Phone: (701) 747-5299
 
E-Mail Address
bryce.pagel@us.af.mil, jeremiah.snedker@us.af.mil
(bryce.pagel@us.af.mil, jeremiah.snedker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to acquire auto-belays that meets the following specifications or equal: 1. Extreme Engineering (3)AB52 AUTO-BELAY, 120' OPEN END CABLE: Part # ED-AB-BB52-01 - or Equal INCLUDES: 1 - 120' AB CABLE WITH 1 MARINE EYE, 1 OPEN END, 1 SWIVEL, 1 PROTECTION SWIVEL BOOT, AND 1 PROTECTIVE CABLE HOSE 1- DAVIT KIT 1- CLAMP PLATE MOUNTING 1 - CABLE ANCHOR CLAMP KIT 1 - AUTO-BELAY MANUAL 2. Extreme Engineering (3)DAVIT ARMS AND MOUNTING HARDWARE Part # EE-Special - or Equal 3. Extreme Engineering INSTALLATION Part # EE-INSTALL-01 - or Equal The wall in the Fitness Center is stationary, manufactured in 2001; there is no make and model as Enterprise Climbing Wall custom built the wall for the Fitness Center, due to this fact the height ranges from 36' to 45'9" Customer is responsible for having equipment on site at time of install. Installation does not include equipment rental cost. A forklift and scissors lift is required on site on installation day. 4. Shipment to Grand Forks AFB, ND. This solicitation is unrestricted and all responsible offers will be accepted. The solicitation reference number is F2A3F11206A001(2) and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS code for the acquisition is 423910 Sporting and Recreational Goods and Supplies Merchant Wholesalers and the size standard is 500 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text, see prescription for use; FAR 52.212-1. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; 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 Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000 Contractor Access to Air Force Installations (August 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and SFS Form 74 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, SrA Bryce Edward Pagel and Mr. Jeremiah Snedker, no later than 4:00 P.M. (CST) on 1 September 2011 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205 ATTN: SrA Bryce Edward Pagel and Mr. Jeremiah Snedker. For more information email bryce.pagel@us.af.mil or call at # 701-747-4891 and jeremiah.snedker@us.af.mil or call at # 701-747-5266. Fax # 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3F11206A001(2)/listing.html)
 
Place of Performance
Address: Grand Forks AFB, ND, Grand Forks AFB, North Dakota, 58205-6436, United States
Zip Code: 58205-6436
 
Record
SN02544524-W 20110824/110822235704-29599cc09c69e433b937b91e652ee911 (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 |
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.