SOLICITATION NOTICE
69 -- Blast Simulators - Blast Simulator Brand Name J&A
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
- ZIP Code
- 96853-5230
- Solicitation Number
- Hale-F2C1EC1181A001-BlastSimulators
- Archive Date
- 8/20/2011
- Point of Contact
- Amber J. Hale, Phone: (808) 448-2962, Lara Emmons, Phone: (808) 448-2976
- E-Mail Address
-
amber.hale@us.af.mil, lara.emmons@hickam.af.mil
(amber.hale@us.af.mil, lara.emmons@hickam.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Blast Simulators Brand Name or Equal Justification & Approval COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. FAR subpart 13.5, Test Program for Certain Commercial Items is applicable. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT AND ARE SUBJECT TO FAR 52.232-18, AVAILABILITY OF FUNDS. (ii) The solicitation/synopsis reference number is F2C1EC1181A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47, effective 13 Dec 10; Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20101216, effective 16 Dec 10; and Air Force Acquisition Circular (AFAC) 2010-1027, effective 27 Oct 10. (iv) This acquisition 100% small business set-aside. The associated NAICS code is 333319 with a 500 employee size standard. (v) There are three (3) Contract Line Item Numbers (CLINs) associated with this combined synopsis/solicitation, which are as follows: CLIN 0001, X-02 Blast Simulators or equal. The unit of issue associated with this CLIN is 3 Each and shall be issued as firm fixed price. Salient characteristics: Remote control firing system; Use of readily available expendable material (O2 Cylinder & Propane Cylinder); Multiple shot capability; Ability to achieve sound level of 120 decibels; Safety factors (no fragmentation or heat hazards); No pyrotechnics; One man portable; Minimal HAZMAT restrictions; No need for environmental impact study. CLIN 0002, XSM1 Smoke Attachments or equal. The unit of issue associated with this CLIN is 3 Each and shall be issued as firm fixed price. Salient characteristics: Smoke attachment must attach to the inside of the unit and use smoke candles to automatically produce light gray smoke. CLIN 0003, Smoke Candles. The unit of issue associated with this CLIN is 90 Each and shall be issued as firm fixed price. Salient characteristics: Capability to produce up to 40K cubic feet of smoke for three (3) minutes; must be able to be used with the smoke attachment or by themselves. (vi) Description of Requirements: Listed in paragraph (v) above. (vii) FOB destination. Delivery shall be FOB destination with a required delivery date no later than 30 calendar days after contract award. Delivery address is 75 H Street, Bldg 1200, Joint Base Pearl Harbor-Hickam, HI 96853. (viii) Note: clauses and provisions are incorporated and will remain in full force in any resultant award. Full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil). FAR 52.212-1, Instructions to Offerors-Commercial applies. Addenda to the following paragraphs of 52.212-1 are: Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous/best value to the government, price and other factors considered. The Government will evaluate quotations based on price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are incorporated by reference; however, the following clauses apply; • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.222-3, Convict Labor • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies • 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 52.223-18, Contractor Policy to Ban Text Messaging while Driving • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.222-50, Combating Trafficking in Persons •FAR 52.233-3, Protest After Award (xiii) The following additional provisions and clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.223-3, Hazardous Material Identification and Material Safety Data • FAR 52.232-18, Availability of Funds • FAR 52.225-13, Restrictions on Certain Foreign Purchases •FAR 52.247-34, F.O.B. Destination • FAR 52.252-1, Solicitation Provisions Incorporated by Reference • FAR 52.252-2, Clauses Incorporated by Reference • DFARS 252.204-7003, Control of Government Personnel Work Product • 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/ or call 1-800-334-3414) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items • DFARS 252.223-7001, Hazardous Warning Labels •DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.243-7001, Pricing of Contract Modifications • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252.225-7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) • DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman •ALL-WAWF, Wide Area Workflow Instructions (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via e-mail, fax, mail, or delivery by 5 Aug 2011 no later than 4:00 PM Hawaii Standard Time. Requests should be marked with solicitation number F2C1EC1181A001. Please send responses to both e-mail addresses below. If quotes are sent via parcel mail, send to Department of the Air Forces, Pacific Air Forces, 647 CONS, ATTN: TSgt Amber Hale, 90 G Street, Bldg 1201, Joint Base Pearl Harbor-Hickam, HI 96853-5230. (xvi) Address questions to Amber Hale, Contract Specialist, at (808) 448-2962, fax (808) 448-2911, e-mail amber.hale@hickam.af.mil or Keith Thorndyke, Contracting Officer, Phone (808) 448-2955, e-mail keith.thorndyke@hickam.af.mil. Any questions in regards to this solicitation must be submitted no later than 1 Aug 2011 to ensure Government ample response time and timely submittals of proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/Hale-F2C1EC1181A001-BlastSimulators/listing.html)
- Place of Performance
- Address: Joint Base Pearl Harbor-Hickam, Hawaii, JBPHH, Hawaii, 96853, United States
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN02506346-W 20110723/110721235250-87abf70b252500fda312d650861c873e (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 |