SOLICITATION NOTICE
78 -- Playground Equipment
- Notice Date
- 3/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 12 AF Contracting, 12th AF Contracting Office, 2915 S. Twelfth Air Force Dr. Ste 239, Davis-Monthan AFB, Arizona, 85707, United States
- ZIP Code
- 85707
- Solicitation Number
- FA4704-12-Q-LC01
- Archive Date
- 3/30/2012
- Point of Contact
- Luis A Cibrian, Phone: 5202280127
- E-Mail Address
-
luis.cibrian@dm.af.mil
(luis.cibrian@dm.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-11-Q-0247 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, Defense Circular Number 20110202, Air Force Acquisition Circular 2010-1027. This procurement is being solicited as 100% small business set aside under NAICS code 423910. Purchase the following: 01- (1 Each) MFR Big Toys (P/N MBT6616-1)Volunteer with two 25'x25 Bigshade integrated shades 5-12 yr old or equal (The above items must also conform to the specifications stated below.) Direct Connection - All components must be fastened to the uprights using bolts and a threaded insert. These inserts must be installed into factory drilled holes in the tubing of the play structure. No clamp connectors Once this equipment is installed it will be left to the host nation for any care or maintenance. By using a direct connect system we are reducing the possibility of errors in maintenance by host nation personnel due to the simplicity of maintenance. Because this is a US DOD Mil install it is important that we use equipment that is safe, and above all will last years without regular maintenance. Additionally all the equipment is predrilled and powder coated at the plant so assembly is free of any clamps with protruding bolts or bare surfaces that will rust.. Due to the pre-drilled no clamp assembly the protective powder coat will last decades even in the most severe environment. Structure Coating - Parts must be coated using a method resistant to a highly humid, salt water environment. Components must be rust-proof with a warranty of at least 25 years. No PVC coatings on any surfaces. Because this is a US DOD Mil install it is important that we use equipment that is environmentally friendly thus no PVC coating due to the fact that if they are vandalized and burned the units will not leave toxins and contamination as PVC's would. Integrated Shade - Shade unit must feature at least a 25' x 25' breathable UV resistant shade fabric that provides 90% or more UV protection based on American Academy of Dermatology recommendations. The unit must be attached to playground equipment as to not violate the safety zone. Due to the extremely limited space at some of the sites we need to integrate the shade structure into the equipment footprint. Safety is achieved by freeing up as much play space as possible as well as ensuring nothing is in the Safe Zone either structure. One way they do this is by attaching their canopy systems to the existing playground poles eliminating additional pole obstacles in the play area. Safety - Must meet safety requirements outlined in ASTM F1487-07ae1, Standard Consumer Safety Performance Specification for Playground Equipments for Public Use, dated 15 March 2007. Self explanatory Packaging - Equipment must be palletized, per equipment unit, on pallets no wider than 4' and no longer than 20' for shipping in SEAVAN. Package the playground in complete color coded sets on custom made their pallets to be used side by side in SEAVANS for the long overseas cargo movement decreases shipping cost and allows for coordinating our delivery to specific sites, decreasing our build time not having to break down and identify all the parts for the different site, and ensure the safe arrival of all equipment. Shipping will be FOB Destination to F5A3CE - 301 CES CARSWELL AFB Ft. Worth, TX 76127. The proposed delivery date will be 30 days ARO. The provision at 52.204-7 Central Contractor Registration, applies to this acquisition. 52.211-6 Brand Name or Equal applies to this acquisition. The provision at 52.212-1, Instructions to Offeror -- Commercial, applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price and technical acceptance. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause 52.225-13 Restrictions on Certain Foreign Purchases, applies to this acquisition. Clause 52.233-3 Protest after Award, applies to this acquisition. Clause 52.233-4 --Applicable Law for Breach of Contract Claim, applies to this acquisition. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50 Combating Trafficking Persons applies to this acquisition. 52.232-1, Payments applies to this acquisition. 52.222-21, Prohibition of Segregated Facilities applies to this acquisition. 52.222-26, Equal Opportunity applies to this acquisition. 52.222-36, Affirmative Action for Workers with Disabilities, applies to this acquisition. 52.222-3-Convict Labor, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.247-34--F.O.B.- Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.246-7000 Material Inspection and Receiving Report applies to this acquisition. 252.204-7004 Alt A, Central Contractor Registration applies to this acquisition. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 5352.201-9101 AF Ombudsman clause- ACC Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-5372, fax: (757) 764-4400, email: eric.thaxton@langley.af.mil. Quotes will be due to the 12 AF Contracting, 2915 S. 12th Air Force Dr. Davis-Monthan AFB, AZ 85707, via email (DO NOT SEND ZIP FILES) by Thursday 15 March 2012, 12:00 PM, MST. Point of Contact is: TSgt Luis A. Cibrian at e-mail: luis.cibrian@dm.af.mil phone: (520) 228-0127 Fax (520) 228-3051.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d8eb0b2a5e213621c73f5e85fcea379)
- Place of Performance
- Address: 301 CES, CARSWELL AFB, Ft. Worth, Texas, 76127, United States
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN02691353-W 20120309/120307235756-0d8eb0b2a5e213621c73f5e85fcea379 (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 |