MODIFICATION
79 -- SANITIZING SYSTEM
- Notice Date
- 9/6/2011
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 11TC764
- Archive Date
- 8/24/2011
- Point of Contact
- Kenneth K. Drake, Phone: 210-671-1765
- E-Mail Address
-
kenneth.drake@us.af.mil
(kenneth.drake@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 FAR 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 solicitation is issued as a Request for Quotation (RFQ) and the reference number is 11TC764. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and DFARS change notice 20110202. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer is the best value and the most advantageous to the Government which is conforming to the solicitation. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms. Availability and how long it will take to ship to Lackland AFB, TX. Quotes must be valid through 30 Sep 2011. This is a 100 percent small business set aside. The NAICS Code is 339999 and the size standard in number of employees is 500. This requirement will be a brand name or equal. If offering an "or equal product" please provide product specifications, parts numbers and pictures if available. Vendors supplying "or equal" products shall meet the Government's exact salient characteristics outlined under description below: ITEM 0001: TACTICAL EQUIPMENT SANITIZATION SYSTEM, DECON ZONE -EAR99: SALIENT CHARACTERISTICS OF EQUIPMENT SANTIZING UNIT THIS PORTION HAS BEEN AMENDED FROM PREVIOUS RFQ. Equipment sanitizing units required by the 737th Training Group must meet the following salient characteristics: Due to the location that each unit will be placed the following characteristics are required: Electrical power must be standard 110/120 volt. Must fit through a standard 30" doorway and have approximate dimensions of 66"W x 51"H x 24" D due to placement location being down a set of stairs at the BEAST site. Units placed at RH&Ts will need to be moved into laundry facilities during inclement weather. For mobility purposes, the unit needs to have four (4) 4" industrial grade casters with locking capability needs to be mobile. For minimal maintenance, the exterior must be stainless steel and the interior galvanized steel. Each unit needs to have a capacity of ~18.7+ cubic feet and the capability of processing 75+ helmets/hour and 35+ non-ballistic training vest/hour. Units not able to maintain this processing capability could result in prolonged cleaning time, causing schedule deviations and training deficiencies. The unit must not require the use of any consumables (e.g., water, Eco Mist, etc.) and the equipment must not be wet upon completion of the sanitizing cycle. Safety features are paramount which must include control and recording of the ozone, temperature and humidity levels and computerized documentation to support the levels recorded in the chamber for potential OSHA or Lackland Environmental inspections. A monitoring system must be present to insure user safety during interruption of process and completion of cycle that documents ozone levels each time the unit cycles for regulatory compliance with OSHA limits for user exposure. Safety system should not allow unit to operate under any circumstance when door is open. For double protection of user, timer and sensor technology should work simultaneously to assure user safety and bring ozone level to within regulatory guidelines upon opening cabinet, and documents from system operations should be available. The unit should have a system lock out device to prevent opening when unit is energized. The unit must have certification of the U.S. Laboratory to ensure that the equipment fibers and body armor are not affected by the treatment. The unit must be reviewed by base Bio-environmental and Environmental Air Quality personnel to ensure it meets all requirements of the following: Clean Air Act, DoDI 4715.6 Environmental Compliance, AFI 32-7040, Air Quality Compliance, and AFI 32-7080, Pollution Prevention Program. Each: 18 0002: Freight, Each: 1 Quote must be good through 30 September 11. PLEASE SEND TECHNICAL SPECIFICATIONS INCLUDING OZONE SO OUR BASE ENVIRONMENTAL CAN EVALUATE. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov.. Offers must be received no later than 10 Sep 2011, 12:00 p.m. (Central Time). Offers may be sent by fax, or electronically. The Point of Contact for this solicitation is Kenneth Drake, kenneth.drake@us.af.mil. Phone number is (210) 671-1765. Fax number is (210) 671-1199. The Contracting Officer is Shirley M. Henderson, shirley.henderson@us.af.mil Phone number is (210) 671-5165.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC764/listing.html)
- Place of Performance
- Address: 1655 SELFRIDGE AVE, LACKLAND AFB, Texas, 78251, United States
- Zip Code: 78251
- Zip Code: 78251
- Record
- SN02564492-W 20110908/110907000648-a411016666b7b986f81e10101c41a936 (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 |