Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

56 -- Base X Shelters

Notice Date
9/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R36A2236A002-Base_X_Shelters
 
Archive Date
10/5/2012
 
Point of Contact
Sean A. Williams, Phone: 3256961086
 
E-Mail Address
sean.williams2@dyess.af.mil
(sean.williams2@dyess.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation is issued for Request for Quotations (RFQ) #F1R25A2236A001. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 05-61. The NIACS Code is 332813 with a size standard of 500 employees. The purchase will be for an Base X Shelters. Dyess AFB has the following requirements: 1). Complies with the American Conference of Government Industrial Hygienists (ACGIH)Section 10.80.1 figure VS-80-2. This requires 20 air changes of ventilating air per minute in the working compartment. For a 60in wide x 48in deep x 36in high working compartment, this requires 1,200 CFM of ventilation. 2). Certificate signed by a graduate Mechanical Engineer stating the system has been tested with pitot tube instrumentation (or equivalent) at the factory and complies with ACGIH requirements of 20 air changes per minute. 3.60in wide x 48in deep x 36in high working compartment with a).Two 43in wide x 30in high doors b). Black interlocks to prevent blasting with doors open c). One piece heavy-duty operator protective gloves d). Explosion proof four-tube fluorescent light fixture providing 200 foot-candles of lighting at the floor of the blast enclosure 4.)15in high x 30in wide operator viewing safety glass window. Window is secured by hand tightened knobs squeezing the window frame and window against a gasketed surface. For operator safety, the window and seal are guaranteed to be leak proof. 5.) 1,200 CFM media reclaimer with two stage cyclone separator/air wash, vibrating screen, 1.5 cubic foot media storage hopper 6.) Centrifuge with 7in diameter inlet and 8in diameter outlet. 7.) Blast on/off is controlled by the operator foot pedal. 8.) Both the primary and HEPA filters are on the suction side of the blower, assuring safety because no dust is under positive pressure, prevent dust blow-out. 9.)Dust is automatically deposited into a 55-gallon drum. The machine has a locking handle/drum cover mechanism that allows operators to simply lift and lock. CLIN 0001: RAM 35-ACGIH high production dry stripping cabinet with media reclaimer part # 494-707-49 CLIN 0002: HEPA filter attachment for the RAM 35-ACGIH part # 470-001-25 CLIN 0003: RAM 35 gloves Part Number: 478-014-07 CLIN 0004:Media, Aluminum Oxide 120 Mech, 50Lb, $109.85 CLIN 0005: Ground freight/package and crating to Dyess AFB Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: 52.225-13, Restrictions on Certain Foreign Purchases; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; Clause at FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. Offers are due to: 7 CONS/LGCB, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4078, by 13 June 2008 no later than 0730 hrs. Please contact A1C Sean A. Williams by telephone (325-696-1086) or by e-mail ( sean.williams2@us.af.mil ) with any questions. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil. 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the no procurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R36A2236A002-Base_X_Shelters/listing.html)
 
Place of Performance
Address: Dyess AFB, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02886759-W 20120919/120918002458-d0c317072b2b635823785b7afaee45b6 (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.