SOLICITATION NOTICE
93 -- MWD Agility and Obstacle Course Equipment
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- FA2543-11-T-5002
- Archive Date
- 9/23/2011
- Point of Contact
- Clint P. Shields, Phone: 7208476448, Margaret Santos, Phone: 7208479313
- E-Mail Address
-
clint.shields@buckley.af.mil, margaret.santos@buckley.af.mil
(clint.shields@buckley.af.mil, margaret.santos@buckley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Military Working Dog Obstacle Course and Agility Equipment 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Aquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solictation; quotes are being requested and a written solictiation will not be issued. Solicitation number FA2543-11-T-5002 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solictation document, incorprated provisions and clauses are those in effect through Federal Acquisiton Circular (FAC) 2005-43. 2. This solictation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 326199, All Other Plastics Product Manufacturing, and the business size standard 500 employees. 3. The Government will award a firm fixed price contract for Military Working Dog Obstacle Course Items for use on Buckley Air Force Base: Contract Line Item Number 0001: Hurdles, 3 SETS (3 EA per set). Requirements - approximately 48" wide x 36" tall, adjustable to 30" and 24". Contract Line Item Number 0002: A-Frame, 1 EA, Requirements - approximately 6' tall x 43" wide Contract Line Item Number 0003: Dog Walk, 1 EA, Requirements - approximately 214" long Contract Line Item Number 0004: Double Stairway, 1 EA, Requirements - approximately 8' tall x 24" long Contract Line Item Number 0005: Window Hurdle Obstacle, 1 EA, Requirements - approximately 36" tall, hurdle adjustable to 24" and 30" and adjustable window. Contract Line Item Number 0006: Tunnel, 1 EA, Requirements- approximately 18" diameter x 96" long Contract Line Item Number 0007: Long Barrel, 1 EA, Requirements- approximately 24" Diameter X 35" long. Contract Line Item Number 0008: Shipping 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation -- Commercial Items; FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); and 252.232-7010 Levies on Contract Payments (Dec 2006). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clauses applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007); 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the lowest price and is able to meet delivery requirements. The Government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their best offer prior to RFQ closing date of 8 Septembe 2011, 2:00 PM MST; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 6. All questions must be sent via electronic mail (email) to points of contact A1C Clint Shields at clint.shields@buckley.af.mil and Ms. Margaret Santos at margaret.santos@buckley.af.mil or sent by facsimile (fax) at 720-847-6443. Questions shall be submitted no later than 2:00 PM MST, 6 September 2011. 7. All quotes must be sent via electronic mail (email) to points of contact A1C Clint Shields at clint.shields@buckley.af.mil and Ms. Margaret Santos at margaret.santos@buckley.af.mil or sent by facsimile (fax) at 720-847-6443. Quotes shall be submitted no later than 2:00 PM MST, 8 September 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-11-T-5002/listing.html)
- Place of Performance
- Address: Buckley AFB, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN02556879-W 20110902/110831235345-6dc6dc379e7e3b1d5ac34dac815dcb28 (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 |