MODIFICATION
42 -- USAF Fire Emergency Services Personal Protective Services (FES PPE) Ensemble
- Notice Date
- 12/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8056-17-R-0001
- Point of Contact
- JoAnn Parks, Phone: 9372575791, Settima M Harton, Phone: 9372574823
- E-Mail Address
-
joann.parks@us.af.mil, settima.harton@us.af.mil
(joann.parks@us.af.mil, settima.harton@us.af.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Synopsis The U.S. Air Force Installation Contracting Agency (AFICA) at Wright-Patterson AFB, Ohio, is announcing its intent to solicit proposals under Request for Proposal (RFP) FA8056-17-R-0001. This solicitation is for Fire Emergency Services (FES) Personal Protective Equipment (PPE) for the United States Air Force (USAF) fire fighters within the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). The solicitation will be issued under NAICS 339113 Surgical Appliance and Supplies Manufacturing, the business size standard is 750 employees. The Government anticipates accomplishing five (5) independent source selections under one (1) solicitation: It is anticipated that each source selection will result in the Government awarding one (1) of five (5) singe award Indefinite Delivery Indefinite Quantity (IDIQ) contracts, one (1) award in each of the following product categories: Product Category A: Structural Firefighting Garments (i.e. coat, pant, and suspenders) Product Category B: Proximity Firefighting Garments (i.e. coat, pant, and suspenders) Product Category C: Firefighting Hoods Product Category D: Firefighting Helmets (i.e. structural, proximity, and technical rescue) Product Category W: General Purpose Boots Three (3) product categories will be 100% set-aside for participation by small business (i.e. Product Categories A, B, and C). The remaining two (2) product categories (i.e. Product Categories D and E) will be competed on a full-and-open basis. Offerors may propose and win IDIQ contracts in any product category as long as the offeror meets the applicable set-aside conditions (i.e., large businesses shall not propose on Product Categories A, B, and C). Offerors shall submit separate, complete proposals for each Product Category. The contract awards will be for one (1) base year and up to four (4) one-year options. All potential offerors should carefully review the instructions in Section L as well as the evaluation criteria described in Section M of the Solicitation. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. AFICA will award contracts in accordance with the evaluation procedures established in the Final RFP. All responsible offerors may submit a proposal which shall be considered by the Agency. Additionally, we will be posting answers from the questions posed from our release of the "Draft RFP." We have made changes to almost every document stemming from the questions and suggestions put forward. We appreciated your input on the "Draft RFP". Please review all future documents carefully for changes. The USAF is not responsible for notifying any interested parties of the solicitation beyond this notice. It is the responsibility of potential offerors to monitor the official government point of entry, www.fbo.gov, for further updates and instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4af7eca4ebc366fc29c8ecc3596f5122)
- Record
- SN04340853-W 20161203/161201234705-4af7eca4ebc366fc29c8ecc3596f5122 (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 |