Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOLICITATION NOTICE

B -- Fire Suppression System Testing for Class A/B Fires - Fire Suppression System (FSS) Class A/B Fire Tests - Past Performance

Notice Date
12/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB009327A002
 
Archive Date
12/29/2009
 
Point of Contact
Brett O. Barnes, Phone: 8502838635, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
brett.barnes@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(brett.barnes@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionairre SOW This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is UNRESTRICTED and all responsible offers will be accepted. The solicitation reference number is F4AB009327A002 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-37. The North American Industry Classification System Code (NAICS) is 541380. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant contract. DESCRIPTION: Fire Suppression System (FSS) Class A/B Fire Testing and Evaluation SPECIFICATIONS: (see attached SOW entitled, "Fire Suppression System (FSS) Class A/B Fire Tests") The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered that meets the Government requirement. The following factors shall be used to evaluate offers: 1. Technical Capability and Schedule 2. Past Performance 3. Cost Technical evaluation factors when combined, will be significantly more important than past performance or price. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their service. Past Performance questionnaire(s) must be submitted by due date of proposal. Quotes must be delivered electronically to the following addresses: brett.barnes@tyndall.af.mil and leslie.richardson@tyndall.af.mil. Prospective offers are due no later than 0800AM Central Time, 14 December 2009. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR/DFAR provisions/clauses apply to this acquisition: 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concern 52.219-14 - Limitations on Subcontracting 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting 52.217-9 - Option to extend the term of the contract 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-43 - Fair Labor Standards Act and Service Contract Act 52.232-18 - Availability of funds 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.219-28 - Post-Award Small Business Program Representation 52.247-34 - F.O.B. Destination (By Ref) 52.247-55 - F.O.B. Point for Delivery of Gov't-Furnished Property 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations In Clauses 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 52.203-3- Gratuities 252.205-7000 - Provision of Information to Cooperative Agreement Holders 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7012 - Preference for Certain Domestic Commodities 252.225-7015 - Restriction on Acquisition of Hand Or measuring Tools. 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea. 252.225-7002 - Qualifying Country Sources as Subcontractors 5352.201-9101 - Ombudsman
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB009327A002/listing.html)
 
Place of Performance
Address: Testing may be conducted at government facilities or contractor facilities., Government will be responsible for shipping cost of GFE., Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02015604-W 20091204/091203000936-a4ad6d57bae7b5f2df313de1715a6fb0 (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.