Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2011 FBO #3586
SOLICITATION NOTICE

78 -- Inflatable Fire Safety House - Mountain Home Air Force Base Fire Department Logo

Notice Date
9/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-11-Q-0053
 
Archive Date
10/6/2011
 
Point of Contact
Todd F. Tolson, Phone: 2088283120
 
E-Mail Address
todd.tolson@mountainhome.af.mil
(todd.tolson@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Mountain Home Air Force Base Fire Department Logo (required to be place on the Inflatable Fire Safety House). (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-11-Q-0053 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20110120. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 339999; Small Business Size Standard: 500 Employees (v) CLIN (0001) INFLATABLE FIRE SAFETY HOUSE; Or Equal With two Externally Mounted 100 fans to provide 1850 CFM. 17 '9" High x 27' 2" Wide x 25' 3" Deep The house must have fire safety slogans printed on the skin and not as an attachment. The house must be in the shape of a house with a "fire truck" slide attachment. The house must also have the Mountain Home AFB Fire department logo (see attachment) printed on it. Construction should be as follows: Skin: (Digitally printed display areas) ScherPrint 7.7 oz. Ultra-White PVC coated nylon digital twill weave specially formulated digital print substrate with ultraviolet and mildew resistant infused inhibitors Bounce Pad: 17 oz. Ultra Schercote HD. Inner Walls: Combination of Ultra Schercote III and 4.5 oz. rip stop nylon. Basic: Finished with flat-fold seams, double needle lock stitch and sewn with high-grade polyester thread. The house should include: -- Qty one (1) transport/storage dolly. -- Qty four (4) 1,800 lb nylon anchor lines -- Qty four (4) hardened steel ground stakes -- Qty one (1) patch repair kit -- Qty one (1) owner's manual. CLIN (0002) Shipping charge (vi) Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (vii) FOB-Destination for delivery to: 351 Alpine Street, Mountain Home AFB, ID, 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be the most advantageous to the government based on price and salient characteristics. Award shall be based on All or None. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 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 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street, Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757) 764-4400** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The provision at FAR 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The basis for award is conformance to the synopsis/solicitation and price. (xv) Quotes must be emailed to Todd Tolson at todd.tolson@mountainhome.af.mil, or faxed to (208) 828-3120. Quotes are required to be received no later than 12:00 pm MST, 21 Sep 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-11-Q-0053/listing.html)
 
Place of Performance
Address: 351 Alpine Street, Mountain Home, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02581419-W 20110919/110917233615-4b91fe5f50aed39598f3ef6c6fca57b9 (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.