Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

42 -- Fire Fighting Equipment with delivery to MOSUL, IRAQ

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W91GFB06Q9001
 
Response Due
8/23/2006
 
Archive Date
10/22/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of commercial firefighting equipment, prepared in accordance with the format in FAR SubPart 12.6, as supplemented with additional information included in this notice. This announcement consti tutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Combined synopsis/solicitation number W91GFB-06-Q-9001 is applicable and is issued as a request for quotations. The solicitation and incorporated prov isions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DCN 20060814. This requirement is UNRESTRICTED. The general description of the commercial item is Fire Extinguishers with a NAICS code of 339999 and a SIC code of 399 9. Delivery of all CLINs on the subsequent contract shall be made to the MOSUL REGIONAL CONTRACTING CENTER, LSA DIAMONDBACK, MOSUL, IRAQ. This address is sufficient for shipping via DHL and FedEx. Additional information will be provided if quoter intend s to ship through another means. Acceptance will be at the destination. FOB point is Destination, except as provided for later in this combined synopsis/solicitation. The selection resulting from this combined synopsis/solicitation shall be made on the basis of lowest priced, technically acceptable quote from a responsible quoter. A 30% price factor will be made in favor of businesses based in Iraq and owned primarily by Iraqi citizens. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order will be issued using a Standard Form 1449. A binding purchase order is in affect once the Contracting Officer signs the offer and the Contractor signs in acceptance. As specified in FAR Provision 52.252-1 and FAR Clause 52.252-2 , quoters may view the clauses and provisions included by reference by visiting either http://farsite.hill.af.mil or http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors  Commercial Items, is incorporated by reference into this combined synopsis/solicitation. An addendum to 52.212-1 is applicable in which paragraphs (g) and (h) are deleted and the words 'offer', 'proposal', 'offerors' or similar terms are replaced with 'quote', 'quotation', 'quoter' or a similar corresponding term to re flect that this solicitation is a Request for Quotes and not a Request for Proposals or Invitation for Bids. In accordance with the FAR Part Two 'electronic commerce' definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the C ontractor shall communicate with the Government utilizing electronic mail. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) also apply: 52.222-19, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. FAR Clause 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this contract. FAR Provision 52.247-45, F.O.B. Origin and/or F.O.B. Destinati on Evaluation, applies to this contract. FAR Provision 52.212-3, Offerors Representations and Certifications  Commercial Items, applies to this contract. Quoters may provide this information electronically through the following website: https://orca.bp n.gov. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses within 252.212-7001 also apply: 52.203-3, 252.225-7036, 252.232-7003 and 252.247-7023 (Alternate I). DFARS Clause 252.225-7035, Buy American Act  Free Trade Agreements  Balance of Payments Program Certificate, applies to this acquisition. FAR Clause 52.211-6, Brand Name or Equal, ap plies to this contract. If quoting an equivalent item, the quoter shall include sufficient description and specifications so that the Contracting Officer can m ake an absolute determination of the equality and suitability between the quoted product and the specified product. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearl y indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in this combined synopsis/solicitation. CLIN 0001: Quantity 27 each, Intelagard Macaw Backpack Compressed Air Foam Sys tem (MFR P/N B80211) or an equivalent product; tan color highly preferred; suitable for desert environments; operating pressure: no less than 100 PSI (6.9 BAR); air cylinder sizes: 5.5 - 7.0 inch (14cm - 20cm) diameter, 19 - 22 inch (43cm - 61cm) length; l iquid capacity: no less than 5 gallons (18.9L); projection distance: up to 40 feet (12.2m) with standard smooth bore foam nozzle; accessory nozzles: medium expansion, fan-spray, piercing, misting adjustable hazmat; cylinder pressure: 2216 - 4500 PSI (150 - 300 BAR); air use: 45 minute cylinder empties 5 gallon (18.9L) tank up to four times; foam expansion: up to 70:1; unit dimensions: not to exceed 21.3 inch H x 15.9 inch W x 11.3 inch D (54.1cm x 40.4cm x 28.7cm); construction: one-piece polyethylene tank with ABS equipment cover suspended on a custom backpack harness with a padded hip belt and lumbar support; system weight: not to exceed 60 lbs (27.2kg) fully charged with water and air cylinder; can be configured for operation from standard air compressor supply. CLIN 0002: Quantity 27 each, Intelagard Cylinder (MFR P/N B20010) for CLIN 0001; 4500psi; 45min endurance; carbon fiber wrapped. CLIN 0003: Quantity 3 cases, Case of twelve 24oz ChemGuard Class B (AFFF) Fire Foam Solution; combination of fluoro -chemical detergent and synthetic foaming agents; suitable for fires involving kerosene, diesel oil and jet fuels; foam expansion rate of 15:1; suitable for use with either fresh or salt water. CLIN 0004 (as applicable): Freight charges with delivery to the MOSUL REGIONAL CONTRACTING CENTER, LSA DIAMONDBACK, MOSUL, IRAQ. This address is sufficient for shipping via DHL and FedEx. Additional information will be provided if quoter intends to ship through another means. Electronic mail (email) is the prima ry means of communication between potential quoters and the Contracting Officer. Telephonic inquiries will not be accepted. Quotes are due no later than 23 August 2006 at 5:00PM Pacific Standard Time. Quotes shall be submitted to MAJ John Cooper, john.m .cooper@us.army.mil, and shall include representations and certifications (unless submitted via the ORCA website), Duns & Bradstreet number and CAGE Code. Federal Business Opportunities: No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: Mosul Regional Contracting Center LSA Diamondback APO AE
Zip Code: 09334
Country: IZ
 
Record
SN01118245-W 20060819/060817221451 (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.