Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2010 FBO #3127
SOLICITATION NOTICE

58 -- 1. WINDOW LAMINATE TO TREAT 11 WINDOWS TO DIA SCIF STANDARDS 2. THIS SOLICITATION IS SET ASIDE FOR SMALL DISADVANTAGED BUSINESS, NOT N/A AS STATED BELOW

Notice Date
6/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T8SR0155A001
 
Response Due
6/29/2010
 
Archive Date
8/28/2010
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.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. This is a combined synopsis/solicitation for supplies 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. Reference number F6T8SR0155A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. Regulation Supplement (DFARS) change notice 20100611. This solicitation is set aside for small disadvantaged business. The associated NAICS code is 326199 and small business size standard is 500 employees. The date, time and request for quote offers are due by: 9:00 AM PST on Tuesday June 29th 2010 to Matthew.Richard@us.af.mil. All questions are to be sent by e-mail and must be received by 12:00 PM Friday June 25th. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. This requirement is for the purchase of: 0001-AA (QTY 11 Window Laminate Treatment) GLASSLOCK SpyGuard or equal Window laminate is required to treat and cover the 194 Intelligence Squadron's eleven (11) windows in our Sensitive Compartmented Information Facility (SCIF), located in bldg 109 on Camp Murray, WA. The window laminate must meet or exceed the following specifications, or must otherwise prove compliance with Defense Intelligence Agency TEMPEST & physical security specifications & accreditation for use on SCIF windows located in the continental United States and approved for open storage to mitigate Radio-Frequency (RF), Infra-red (IR), and optical intrusion and eavesdropping from outside the building: -RF attenuation greater than or equal to 35dB from 30MHz to 6GHz & 44dB at 1GHz -Visible Light Transmission attenuation of 70% -Visible Light Reflectance at 9% -Solar energy rejected greater than 50% -Shading Coefficient 0.55 -Solar Heat Gain Coefficient 0.47 -Ultraviolet Transmission less than 1% -IR Ray Transmission less than 3% Applicable SCIF security guidance may be found (but is not limited to) Intelligence Community Policy Guidance (ICPG) publication 705 (formerly found in DCID 6/9). Laminate must allow clear vision from inside to outside of the building. Blast performance characteristics are not required. The facility's eleven windows each measure 70IN x 38IN, with four of the windows aligned vertically and seven aligned horizontally. The edges of the film must be sealed. This contract must include installation which will occur during the hours of 0800- 1600, during the weekdays of Monday to Thursday. Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 "Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T8SR0155A001/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN02177616-W 20100617/100615235118-e8cfb1590466120b7356207903fb6cad (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.