Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

42 -- CPSSS-3 Protective Liners

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
172 LS/LGC, 141 Military Drive, Jackson, MS 39208-8872
 
ZIP Code
39208-8872
 
Solicitation Number
W9127Q-09-R-0031
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Amber N Young, 601-405-8494
 
E-Mail Address
172 LS/LGC
(amber.young@ang.af.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This RFQ solicitation is unrestricted. Simplified Acquisition Procedures will be used for this requirement. Line Item 0001: CPSSS 32 ft. Liner, NSN 4240-01-535-7589, Modified for AFSOC CPSSS-3 using Flame Retardant liner material LM200, Quantity of 15 each; Line Item 0002: CPSSS 4-Way Liner, NSN 4240-01-535-7588, Modified for AFSOC CPSSS-3 using Flame Retardant liner material LM200, Quantity of 10 each; Line Item 0003: CPSSS Vestibule Liner, NSN 4240-01-536-0356, Modified for AFSOC CPSSS-3 using Flame Retardant liner material LM200, Quantity of 5 each; Line Item 0004: CPSSS Bump Thru Door Airlock Liner, NSN 4240-01-515-4564, Modified for AFSOC CPSSS-3 using Flame Retardant liner material LM200 and extended to eliminate the use of an extension liner adapter, Quantity of 12 each; Line Item 0005: C-Door Membrane, Modified using Flame Retardant Liner Material LM200 and the YKK Chemical and Biological Zipper, Quantity of 15 each; Line Item 0006: Liner Restraint System, Quantity of 5 each; for delivery to 209 CES/EM, 4600 Hewes Ave., Gulfport, MS, 39507. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering the technical capability of the items to meet the minimum specifications and price, with technical capability of the item to meet the minimum specifications approximately equal to price. The provision 52.212-1, Instructions to OfferorsCommercial Items (JUN 2008) applies to this acquisition. The provision 52.247-45, F.O.B. Origin And/Or Destination Evaluation (APR 1984) applies to this acquisition. The provision at 252.225-7000, Buy American ActBalance Of Payments Program Certificate (JAN 2009) applies to this acquisition. The provision at 252.225-7000, Buy American ActBalance Of Payments Program Certificate (JAN 2009) applies to this acquisition. The provision at 252.225-7020, Trade Agreements Certificate (JAN 2005) applies to this acquisition. The provision at 52.212-3, Offeror Representations and CertificationsCommercial Items (JUL 2009) applies to this acquisition and a completed copy of this provision shall be submitted with any quote. Offerors may elect to complete this provision online at https://orca.bpn.gov, in which case the offeror is required to prepare and submit paragraph (l)(2) of this provision with the offer. If the offeror elects to complete the provision manually, paragraphs (b) through (j) of the provision must be submitted with the offer. The provision at 52.222-18, Certification Regarding Knowledge of Child Labor For Listed End Products (FEB 2001) applies to this acquisition. The provision at 52.225-18, Place of Manufacture (SEP 2006) applies to this acquisition. The provision at 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) applies to this acquisition. The provision 52.252-5, Authorized Deviations In Provisions; (APR 1984) applies to this acquisition. The following clauses are applicable to this acquisition: 52.203-3, Gratuities; 52.203-6 Alt I, Restrictions On Subcontractor Sales To The Government (Sep 2006)Alternate I;52.212-4, Contract Terms and ConditionsCommercial Items; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7003, Control Of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; 252.225-7001, Buy American Act And Balance Of Payment Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7012, Preference For Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade AgreementBalance of Payments Program; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Request for Equitable Adjustment; 252.247-7023 Alt III, Transportation of Supplies by Sea (MAY 2002) Alternate III; 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items (JUN 2009)(Deviation); 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2009)(Deviation). Quotes are due no later than 10:00 A.M. CDT on Wednesday, September 16, 2009, by email to amber.young@ang.af.mil or fax (601-405-8214). Point of Contact is 172 MSG/MSC, TSgt Amber Young, 141 Military Drive AW30, Jackson, MS 39232-8881; phone 601-405-8494; fax 601-405-8214; email amber.young@ang.af.mil. MINIMUM SPECIFICATIONS: All liner material must be modified using Flame Retardant Liner Material LM200.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-2/W9127Q-09-R-0031/listing.html)
 
Place of Performance
Address: 172 LS/LGC 141 Military Drive, AW30 Jackson MS
Zip Code: 39232-8881
 
Record
SN01934798-W 20090902/090901002947-57288a6729ca9d58511db947b74c9c4b (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.