Federal Bid

Last Updated on 25 Jun 2016 at 8 AM
Combined Synopsis/Solicitation
Vandenberg air force base California

Confined Space PPE

Solicitation ID RFQ-VAFB-Confined_Space_PPE
Posted Date 06 Jun 2016 at 5 PM
Archive Date 25 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4610 30 Cons Pk
Agency Department Of Defense
Location Vandenberg air force base California United states
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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ).

Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM)(https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, effective 16 May 2016 and DFARS DPN 20160510 (effective 10 May 2016). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a).

The applicable North American Industrial Classification System Code (NAICS) is 339113, "Personal Safety Devices, Not Specified Elsewhere, Manufacturing", and the associated Size Standard is 750 employees.

Purchase Request #: F4D3D46110A001
Project Title: Confined Space PPE

1. Quotes should conform to the CLIN structure as established in the attached Quote Template, a quote sheet is provided and shall be used to provide quotes.
2. Quotes shall be valid through 30 Sep 2016.
3. All questions or comments must be provided in writing via email to the Contract Specialist (CS) Nathan Yockman, [email protected] and the Contracting Officer (CO) is Lucy Ngiraswei, at [email protected] No Later Than (NLT) Tuesday, 07 June 2016.
5. Quotes must be submitted in writing via email to Contract Specialist (CS) Nathan Yockman, [email protected] and the Contracting Officer (CO) is Lucy Ngiraswei, at [email protected], NLT 10:00 AM PST Friday, 10 June 2016.

The contract will be Firm-Fixed Price (FFP). The CLIN is structure reflected in the "Confined Space PPE Quote Template".  Requirement is for "brand name or equal items".  If quoting for "or equal item", identify manufacturer & part number of "or equal item".

The following clauses are incorporated by reference in the final award:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combat Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7006 Billing Instructions
252.223-7001 Hazard Warning Labels
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act & Balance of Payments
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.243-7001 Prohibition on Interrogation of Detainees by Contractor Personnel

The following clauses are incorporated by full text in the final award:
52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes or Executive Orders
Fill-In Text: (ix): N/A

52.252-2 Clauses Incorporated by Reference
Fill-In Text: http://farsite.hill.af.mil/

52.252-6 Authorized Deviations in Clauses
Fill-In Text: Defense Federal Acquisition Regulation Supplement, Chapter 2

252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements (DEVIATION 2016-O0003)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting

252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1))
Fill-In Text: (c)(1)(i & ii): N/A
252.232-7006 Wide Area Workflow Instructions
Fill-In Text: To be provided at the time of award.

5352.201-9101 Ombudsman
Fill-In Text: c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, [email protected].

5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances

The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004, Alt A Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.225-7000 Buy American Statute - Balance of Payments Program Certificate

The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items

52.212-3 Offeror Representations and Certifications - Commercial Items
52.212-3, Alt I Offeror Representations and Certifications - Commercial Items, Alternate I

52.252-1 Provisions Incorporated by Reference
Fill-In Text: http://farsite.hill.af.mil/

52.252-5 Authorized Deviations in Provisions
Fill-In Text: Defense Federal Acquisition Regulation Supplement, Chapter 2

252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003)

252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations

All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be valid through 30 Sep 2016. Quotes must be sent to the attention of Nathan Yockman at email address: [email protected] and to Lucy Ngiraswei at email address: [email protected] No Later Than 10:00 AM PST Friday, 10 June 2016.
Bid Protests Not Available

Similar Past Bids

Norco California 30 Aug 2021 at 8 PM
Location Unknown 18 Nov 2008 at 9 PM
Empire Minnesota 28 May 2020 at 4 AM

Similar Opportunities

California 16 Jul 2025 at 9 PM
California 16 Jul 2025 at 9 PM
Beaumont Texas 11 Jul 2025 at 9 PM (estimated)
Alaska 30 Jul 2025 at 4 AM (estimated)