Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
MODIFICATION

42 -- Fire Engine Training Simulator

Notice Date
8/18/2020 11:46:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W7NL USPFO ACTIVITY NEANG 155 LINCOLN NE 68524-1801 USA
 
ZIP Code
68524-1801
 
Solicitation Number
W50S8920QBX07
 
Response Due
9/1/2020 10:00:00 AM
 
Archive Date
09/16/2020
 
Point of Contact
Danielle A. Nuss, Phone: 4023098269
 
E-Mail Address
danielle.nuss.2@us.af.mil
(danielle.nuss.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. Solicitation Number: W50S89-20-Q-BX07 is issued as a Request for Quote (RFQ) Solicitation Date: 18 August 2020 Description: Firm Fixed Priced Contract for the following items: Item 0001: FD International Fire Engineer Training Simulator or equal product Fire Engineer Training Simulator, 1,500 gpm rating, with pump testing hardware and software, full spectrum training software Pre-programmed HMI (Human Machine Interface) computer Pre-programmed 6000 word logic controller Stainless Steel inlet piping systems with all associated components Stainless Steel Industrial rated pressure and flow transmitters Stainless Steel, 3 piece Industrial rated full port valves with extreme duty actuators NFPA 70 rated device enclosures 6� hard suction and all adapters Tandem axle trailer with electric brakes � break away switch - black with chrome wheels 8 hour �train the trainer� course If submitting an �equal product�, it must be able to train Fire Pump Engineers and Firefighters on the operations of the fire engine pump and different revolutions of flowing water, allowing you to create changes in pressure to replicate scenarios that are crucial to understanding the operation of fire pumps - all while using the same water over and over. �Test fire hose as per NFPA 1962 to ensure the safety of personnel operating the equipment and to provide assurance that the hose will perform as designed.� Please submit product literature with quote that describes your product�s capabilities.� � Quotations Due: NLT 1:00 p.m. CST,�1 September 2020.� Quotes may be emailed to danielle.nuss.2@us.af.mil or danielle.nuss.1@us.af.mil, or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE� 68524-1801. Points of Contact: Danielle Nuss, (402) 309-8269, danielle.nuss.2@us.af.mil FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 Items shall be received and/or training completed NLT 180 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a).� The North American Industry Classification System (NAICS) Code is 333318 and the small business size standard is 1000 employees.� Classification Code is 42 � Fire/Rescue/Safety; Enviro Protect. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://piee.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08, effective 13 August 2020. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation � Commercial Items applies and the following evaluation factor will be considered to meet the minimum requirements of the government: Lowest price that meets the solicitation requirements. Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following FARS provisions or clauses apply: 52.211-6, 52.232-39, 52.232-40.� The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.204-7018, 252.211-7003 (will be incorporated in full text), 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7048, 252.225-7974, 252.232-7003, 252.232-7006 (will be incorporated in full text), 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at https://www.acquisition.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ae7f16227c14952a66a5800751ed749/view)
 
Place of Performance
Address: Lincoln, NE 68524, USA
Zip Code: 68524
Country: USA
 
Record
SN05762541-F 20200820/200818230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.