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

42 -- Rescue Fire Firghting Ropes with Rigging Kits - Schedule

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M32E1174A001
 
Archive Date
9/13/2011
 
Point of Contact
Ashley Alessandrini, Phone: 8439634551, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil
(ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Schedule COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M32E1174A002 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 4 August 2011. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 339113 with a 500 employee size standard. (v) Contractors shall submit a quote for purchase and CMC Rescue Rope Equipment with rigging (brand name or equal) on Joint Base Charleston, SC. All responsible sources may submit a proposal, which shall be considered. The minimum salient characteristics: Quantity CMC Rescue Rope Equipment (2) BRAND NAME OR EQUAL: SPO CMC Rope Rescue Complete Team Kit Includes Traditional Rigging Kit and (4) Fire-Rescue Harnesses in Size L/XL (1) BRAND NAME OR EQUAL: SPO CMC CSR Pulley Kit (2) BRAND NAME OR EQUAL: SPO CMC ProSeries Rescue Swivel (1) BRAND NAME OR EQUAL: SPO CMC Rescue #2 Rope Bag, Blue holds 150' to 200' of rope, 25" x 8" (1) BRAND NAME OR EQUAL: SPO CMC Rescue #2 Rope Bag, Red holds 150' to 200' of rope, 25" x 8" (1)200ft BRAND NAME OR EQUAL: SPO General Use Static Pro Lifeline 1/2", Red priced per foot (1)200ft BRAND NAME OR EQUAL: SPO General Use Static Pro Lifeline 1/2", Bluepriced per foot (1) BRAND NAME OR EQUAL: #CMC-250203 Gloves, Rappel MD Tan, CMC (1)BRAND NAME OR EQUAL: #CMC-250205 Gloves, RappelL XL Tan, CMC (vi) F1M32E117A002 Purchase of CMC Rescue Rope Equipment with rigging (brand name or equal) on Joint Base Charleston, SC. (vii) FOB destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. Technical factors are significantly more important than price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply • 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 Workers With Disabilities • FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration • 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.225-13 Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5 Insurance - Work on a Government Installation • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: Carolyn.Choate@us.af.mil • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (N/A) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 August 2011 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M32E1174A002. (xvi) Address questions to Ashley Alessandrini, Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email Ashley.Alessandrini@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email Tamara.Lee.4@us.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M32E1174A001/listing.html)
 
Place of Performance
Address: JB Charleston, JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02544639-W 20110824/110822235811-3121a5605af836e7d43cd8500aa4837d (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.