SOLICITATION NOTICE
42 -- Structural Turnout Gear - Statement of Work
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D3225104A002
- Archive Date
- 9/19/2015
- Point of Contact
- Mckenze J Childress,
- E-Mail Address
-
mckenze.j.childress.mil@mail.mil
(mckenze.j.childress.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Structural Turnout Gear. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 number F1D3225104A002 is being issued as a Request for Proposal (RFP) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as a Brand Name 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 423850, and the small business size standard is 100. 3. The Government will award a firm fixed price contract for purchase of structural turnout gear. The following items/services are being procured: Item(s) Description Quantity Unit Price Total Price 1. HONEYWELL/MORNING PRIDE STRUCTURAL FIREFIGHTING COAT MODEL: LTO34Q3TD TAIL GOLD SIZE: (PLEASE SEE ATTACHED STATEMENT OF WORK FOR DETAILED DESCRIPTION) 8 2. HONEYWELL/MORNING PRIDE STRUCTURAL FIREFIGHTING PANTS MODEL: LTO34Q3PD TAIL GOLD SIZE: (PLEASE SEE ATTACHED STATEMENT OF WORK FOR DETAILED DESCRIPTION) 8 4. Delivery Information Delivery address: Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; The following clauses are applicable: 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012); 52.219-6 - Notice Of Total Small Business Set-Aside (Nov 2011); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor - - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.223-3 - Hazardous Material Identification And Material Safety Data (Jan 1997); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.246-2 - Inspection Of Supplies- -Fixed Price (Aug 1996) 52.246-4 - Inspection of Services- -Fixed Price (Aug 1996) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.204-7004 Alt A - Central Contractor Registration Alternate A (Sep 2007) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7010 - Levies on Contract Payments (Dec 2006) 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) 252.225-7001 - Buy American And Balance Of Payments Program(Jun 2012) 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007) 11 CONS-001 Ceremonial Events 11 CONS-004 - Environmental Compliance (Jul 2011) 11 CONS-010 - WAWF Invoice Instructions 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to A1C Mckenze Childress at mckenze.j.childress.mil@mail.mil. Proposals shall be submitted no later than 4:00 PM EST, 4 September, 2015. Questions shall be submitted no later than 01:30 PM EST, 31 September 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3225104A002/listing.html)
- Place of Performance
- Address: 11th Civil Engineering Squadron, 11 CES/CEF, 1287 S Dakota Ave, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03854338-W 20150827/150825235442-26ed6a9f6145329cb87af418deffe604 (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 |