SOLICITATION NOTICE
42 -- Confined Space / High Angle Equipment
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- F2A3E31187A001
- Archive Date
- 9/16/2011
- Point of Contact
- Michael V. Doerr, Phone: 7017475347, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
michael.doerr.2@us.af.mil, jeremiah.snedker@us.af.mil
(michael.doerr.2@us.af.mil, jeremiah.snedker@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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 319th Contracting Flight at 575 Tuskegee Airmen Blvd bldg 418, Grand Forks AFB, ND 58205 is requesting proposals for the purchase and delivery of confined space / high angle rescue equipment at 525 Tuskegee Airman Blvd Bldg 410, Grand Forks AFB, ND 58205. Price quoted shall include delivery. This solicitation is 100% small business set-aside and all responsible offers will be accepted. The solicitation reference number is F2A3E31187A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, Defense Acquisition Circular 20110629, and Air Force Circular 2011-0421. The NAICS code for the acquisition is 453998 and the size standard is $7 million. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. One award will be made based on which offer provides the best value to the government in terms of price and specifications. Please provide quotes for the following: 0001 $______________ Gold Steel Screw-Lock D Carabiner Gate Type: Screw-Lock or equal. Color: Gold NFPA Rating: General Use Gate Opening: 1.0 Inch Interior Length: 3.95 inch MBS: Major axis: 16,186 lbf MBS: Major axis w/ open gate: 4845 lbf MBS: Minor axis: 2698 Weight: 10 oz Item/s Must Be NFPA 1983 (2006 edition) Compliant ; QTY 8 Each 0002 $______________ 2-1/4" X 1/2" Gold Double Proseries Pulley Item: 300442 or equal. Type: Double Color: Gold NFPA Designation: General Use CE Certification: EN 12278 MBS Pulley: 62 kN (13938 lbf) MBS Becket: 24.5 kN (5508 lbf) Sheave Size: 2-1/4 x 1/2 inches Weight: 1 lb. 5 oz. Type: Single Item/s Must Be NFPA 1983 (2006 edition) Compliant ; QTY 4 Each 0003 $______________ Aluminum Rescue 8 with Ears Item # 300840 300850 or equal. Material: Aluminum Rope Size (diameter)* 9.5 to 13mm (3/8 to 1/2 in.) 3? MBS with ? 9.5mm rope 16 kN (3,597 lbf.) 3? MBS with ? 12.5mm rope 23 kN (5,170 lbf.) Weight 6.6 oz. (187 g) Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 3 Each 0004 $______________ Petzl Brand Gold Right Ascension Ascender or equal. Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 2 Each 0005 $______________ Petzl Brand Yel/Bla Left Ascension Ascender or equal. Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 2 Each 0006 $______________ High-Angle Stretcher Harness - No Carabiners or equal. Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 1 Each 0007 $______________ Rock Exotica AZ Vortex Tripod Model designated Arizona Vortex or equal, rated General-Use, MBS 36 kN - Consist Of: -- 1 ea Head Set -- 3 ea Upper Legs -- 7 ea Lower Legs -- 3 ea Raptor Feet -- 3 ea Flat Feet -- 1 ea Head Set Pully Wheel -- 4 ea Head Pins -- 11 ea Leg Pins -- 1 ea Head Bag -- 4 ea Leg Bags -- 1 ea Pin Bag -- 15 ea Pin Flags -- 1 ea 40ft X 8mm Cord -- Instruction Manual Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 1 Each 0008 $______________ White Rescue Helmet w/ IZ4 ESS Goggles Urban Search and Rescue Helmet or equal. Inner crown system (R929) Standard headband with brow pad Black rip-stop Nomex ear/neck protector Quick-Attach goggle (IZ4) Quick-Release 3-point chinstrap (R172) Edge beading Leather ratchet cover (R160) Sure-Lock ratchet suspension (R624) Item/s Must Be NFPA 1983 (2006 edition) Compliant; QTY 4 Each 0009 $______________ Incident Command Vest with Sewn In Pannels or equal. Sewn-on Scotchlite ID panels Durable polyester fabric Scotchlite reflective trim Triple Trim Adjustable, quick release side buckles 2 XL on all items In the following Specific White: Incident Commander Blue: Medical Blue: Bio Green: Safety Grey: Liason Orange: Staging Yellow: Decon Yellow: Operations Includes zippered carry case; QTY 1 Each The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-1, Payments; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award; contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (April 2010) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0160, fax (618) 256-0267, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000 Contractor Access to Air Force Installations (August 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and SFS Form 74 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Offers must be sent in writing, by fax, or via e-mail to the contract administrator, SrA Michael V Doerr, no later than 4:00 P.M. (CST) on, 1 September 2011 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND. 58205 ATTN: SrA Michael V Doerr. For more information email michael.doerr.2@us.af.mil or call at # 701-747-5347. Fax # 701-747-4215. The alternate POC for this requirement is Jeremiah Snedker, at #701-747-5299, or Jeremiah.snedker@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E31187A001/listing.html)
- Place of Performance
- Address: 525 Tuskegee Airman Blvd Bldg 410, Grand Forks AFB, North Dakota, 58205, United States
- Zip Code: 58205
- Zip Code: 58205
- Record
- SN02547510-W 20110826/110824235935-6fe72dfccf4899d3089ea15ba839ac15 (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 |