SOLICITATION NOTICE
42 -- Medevac Equipment
- Notice Date
- 8/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-06-Q-B022
- Response Due
- 8/29/2006
- 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 the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This requirement, FA4861-06-Q-B022, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 332999. The size standard for a small business under this NAICS code is 500 employees. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a solicitation for commercial items. The basic requirement is to provide the following: Medevac Equipment: Please quote on all of the below items; please see online catalog at www.lifesavingsystems.com for additional information/specifications. 4 Ea - Litter, Part No. 406-TI (pg. 3 of online catalog) or Equal. Titanium medevac IIA (break apart) stokes litter. Bead blasted finish is non-reflective. Weighs 20 lbs complete. Lighter litter is safer and easier for hoist operator to manipulate. Titanium has increased strength properties and improved corrosion resistance over stainless steel. 6 Ea - Litter Hoisting Sling, Part No. 193 (pg. 94 of online catalog) or Equal. Semi-permanent. Hooks are pre-drilled for cotter pin installation. Heat shrink tubing is installed after cotter pin installation to prevent tampering. All required hardware above comes with sling kit. There are 2 extra sets being ordered to replace slings on previously ordered litters. 6 Ea - Quick Strop, Part No. 214 (pg. 8 of online catalog) or Equal. Constructed of mil-spec webbing and stainless steel hardware, provides a quick means of hoisting of uninjured personnel. Friction lock to prevent survivor from slipping out during hoisting. 6 Ea - Rescue Strop, Part No. 216 (pg. 8 of online catalog) or Equal. Used to hoist uninjured personnel and has safety strap on outside of rescue strop to keep survivor from slipping free. Designed for repeated use in marine environment. Constructed of nylon, closed cell foam, and stainless steel hardware. 5 Ea - Patient Restraint Straps, Part No. 140 (pg. 5 of online catalog) or Equal. Set of 5. Color coded. quick adjusting. Used for restraining patient in stokes litter. These will replace straps on previously purchased litters. 4 Ea - Flotation Kit, Narrow; Part No. 103 (pg. 5 of online catalog) or Equal. Reduces width of stokes litter with installed floatation by 4 inches. Designed specifically for Medevac II litters. Uses half width logs and back pad to provide tested and approved flotation for water hoist recoveries of injured patient. 4 Ea - Ethafoam Half Logs, Part No. 103-1 (pg. 5 of online catalog)or Equal. Extra flotation for existing litters. 4 Ea - Floatation Cover for Half Logs, Part# 103-2 (pg. 5 of online catalog) or Equal. Covers for line item 8. Quotes should be in the following format: price for each line item independently and total price for all line items combined. Award Basis: Best Value. The following factors will be used to evaluate the offer: price, delivery, and technical capability. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please fax quotes to the attention of 2LT Amy Ciaravolo at 702-652-5405. Please contact 2LT Ciaravolo with any questions/concerns at 702-652-7022, or MSgt Frank Graham at 702-652-8385. Quotes are due on or before 5:00pm Tuesday, 30 August 2006 Pacific Daylight Time.
- Place of Performance
- Address: 5151 Ellsworth Ave., Bldg. 61663, Nellis AFB, NV
- Zip Code: 89191-6801
- Country: UNITED STATES
- Zip Code: 89191-6801
- Record
- SN01124624-W 20060826/060824220927 (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 |