Federal Bid

Last Updated on 09 Oct 2018 at 8 AM
Combined Synopsis/Solicitation
Hensley West virginia

Halon Bottles

Solicitation ID W912L118Q5011
Posted Date 13 Sep 2018 at 10 PM
Archive Date 09 Oct 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n2 Uspfo Activity Txang 136
Agency Department Of Defense
Location Hensley West virginia United states

i. 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.

ii. The solicitation number is W912L118Q5011 and is being issued as a Request for Quote (RFQ).

iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.

iv. This notice is being issued on a Total Small Business Set-Aside Basis. The associated NAICS code is 339999 and the Small Business Size Standard is 500 Employees.

v. The contractor shall provide the following:

CLIN 0001 - AMEREX Model 600K 1211, wheeled, halon fire extinguisher with 150lb pneumatic wheels - Quantity: 18 (ea)

CLIN 0002 - Certification of eighteen (18) fire extinguishers to include hydrostatic test and 6-year inspection - Quantity: 18 (ea)

CLIN 0003 - On-site charging of fire extinguishers using government furnished Halon 1211 - Quantity: 18 (ea)

vi. The Government requests open market quotes for the items described in the attached Statement of Need (SoN) dated 2018.09.12.

vii. The delivery and acceptance location for this requirement is the Naval Air Station Fort Worth Joint Reserve Base located in Fort Worth, Texas (Zip Code 76127). The Government requests Destination as the FOB point to the maximum extent practicable.

viii. Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial - The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition, with addenda. Reference attached Addendum to FAR 52.212-1.

ix. FAR 52.212-2, Evaluation-Commercial Items - The Government shall utilize the evaluation procedures included by addenda in lieu of the provision at FAR 52.212-2, Evaluation - Commercial Items. Reference attached Addendum to FAR 52.212-2.

x. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items - Offerors shall include a completed copy of the provision at FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications completed electronically.

xi. FAR 52.212-4, Contract Terms and Conditions-Commercial Items - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda.

xii. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The contractor shall comply with the following additional FAR clauses:

FAR 52.203-19, FAR 52.204-10, FAR 52.209-10, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-11, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33, FAR 52.233-3, FAR 52.233-4

xiii. The following provisions and/or clauses apply:

FAR 52.204-7, FAR 52.204-16, FAR 52.204-22, FAR 52.204-23, FAR 52.211-6, FAR 52.212-1 (DEVIATION 2018-O0013), FAR 52.212-2, FAR 52.212-3 (Alt I), FAR 52.216-1, FAR 52.225-18, FAR 52.252-1, FAR 52.252-3, FAR 52.252-5, Defense Federal Acquisition Regulation Supplement (DFARS) DFARS 252.203-7005, DFARS 252.204-7004 (Alt A)

FAR 52.204-13, FAR 52.204-18, FAR 52.204-19, FAR 52.212-4, FAR 52.212-5, FAR 52.222-27, FAR 52.223-3, FAR 52.232-39, FAR 52.232-40, FAR 52.233-1, FAR 52.243-1, FAR 52.247-34, FAR 52.252-2, FAR 52.252-6, FAR 52.253-1, DFARS 252.203-7000, DFARS 252.203-7002, DFARS 252.204-7000, DFARS 252.204-7003, DFARS 252.211-7003, DFARS 252.223-7001, DFARS 252.225-7001, DFARS 252.225-7002, DFARS 252.225-7048, DFARS 252.232-7003, DFARS 252.232-7006, DFARS 252.243-7001, DFARS 252.244-7000, DFARS 252.246-7008, DFARS 252.247-7023, DFARS 252.247-7024

xiv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A

xv. All quotes shall be submitted no later than 4:00 PM (CST) on 24 September 2018 by email to [email protected] or by delivery to 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127-1671. The use of facsimile is not authorized.

xvi. For further information regarding this solicitation, quoters can contact the 136th Mission Support Contracting Office by phone at 817-852-3254/3307 or by email at [email protected].

The full text versions of referenced clauses and provisions is accessible through https://www.acquisition.gov/far/.

 

Bid Protests Not Available

Similar Past Bids

Randolph air force base Texas 23 Mar 2010 at 8 PM
Middle river Maryland 28 Mar 2025 at 9 PM
Bethesda Maryland 21 Jul 2010 at 1 PM
New york New york 26 Jul 2018 at 6 PM
Location Unknown 03 Oct 2016 at 4 PM

Similar Opportunities

Louisville Tennessee 15 Jul 2025 at 2 PM
Raymond California 15 Jul 2025 at 5 PM
Tinker air force base Oklahoma 28 Jul 2025 at 8 PM
Perry Georgia 28 Jul 2025 at 6 PM