Federal Bid

Last Updated on 27 Feb 2009 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

SELF CONTAINED VACUUM FALL ARREST ANCHOR SYSTEMS

Solicitation ID FA8101-08-Q-0126
Posted Date 26 Sep 2008 at 6 PM
Archive Date 27 Feb 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Tinker Afb - Afsc/Pzio
Agency Department Of Defense
Location United states

 

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.  The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The solicitation number is FA8101-08-Q-0126.  The solicitation is a request for quotations (RFQ).  Closing date for quotations will be received at the issusing office until 4:00PM 27-Sep-2008. The proposed contract is 100% set aside for small business concerns. This solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC).  The North American Industry Classification System Code (NAICS) is 423840.  The small business size standard is 500.

This is a requirement for:

LI0001 - Qty 3 Each - Primary pad, with on-board bottle attachment, P/N 2200108 (replaces P/N 2200046)

LI0002 - Qty 6 Each - On-board bottle, P/N 2200078

LI0003 - Qty 3 Each - Secondary pad for horizontal life line use, P/N 220109 (replaces P/N 2200047)

LI0004 - Qty 3 Each - Secondary pad hose, 50ft, P/N 2200048

LI0005 - Qty 3 Each - 40ft Horizontal life line, P/N 2200400

LI0006 - Qty 6 Each - Carrying case

LI0007 - Qty 6 Each - Operating Manual

LI0008 - Qty 1 Each - On-site training

Place of delivery and acceptance is Tinker AFB, OK, (F3YCDL) with FOB Destination.  Required delivery schedule for all items is as follows:  30 Days ARO.  The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:

     

 

52.211-15

Defense Priority And Allocation Requirements

APR 2008

 

52.211-17

Delivery of Excess Quantities

SEP 1989

 

52.212-1

Instructions to Offerors--Commercial Items

JUN 2008

 

52.212-3 Alt I

Offeror Representations and Certifications--Commercial Items (Jun 2008) Alternate I

APR 2002

 

52.212-4

Contract Terms and Conditions--Commercial Items

FEB 2007

 

52.214-34

Submission Of Offers In The English Language

APR 1991

 

52.214-35

Submission Of Offers In U.S. Currency

   

52.219-6

Notice Of Total Small Business Set-Aside

JUN 2003

 

52.222-19

Child Labor -- Cooperation with Authorities and Remedies

FEB 2008

 

52.222-26

Equal Opportunity

MAR 2007

 

52.222-36

Affirmative Action For Workers With Disabilities

JUN 1998

 

52.222-50

Combating Trafficking in Persons

AUG 2007

 

52.225-13

Restrictions on Certain Foreign Purchases

JUN 2008

 

52.225-18

Place of Manufacture

SEP 2006

 

52.232-33

Payment by Electronic Funds Transfer--Central Contractor Registration

OCT 2003

 

52.247-34

F.O.B. Destination

NOV 1991

 

52.253-1

Computer Generated Forms

JAN 1991

 

252.204-7003

Control Of Government Personnel Work Product

APR 1992

 

252.204-7004 Alt A

Central Contractor Registration (52.204-7) Alternate A

SEP 2007

 

252.225-7001

Buy American Act And Balance Of Payments Program

JUN 2005

 

252.225-7002

Qualifying Country Sources As Subcontractors

APR 2003

 

252.225-7036

Buy American--Free Trade Agreement--Balance of Payments Program

MAR 2007

 

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

MAR 2008

 

52.219-1

Small Business Program Representations Alternate I (Apr 2002)

MAY 2004

 

52.219-22

Small Disadvantaged Business Status

OCT 1999

 

52.222-22

Previous Contracts and Compliance Reports

FEB 1999

 

52.222-25

Affirmative Action Compliance

APR 1984

 

52.252-2

Clauses Incorporated by Reference

FEB 1998

 

252.211-7003

Item Identification and Valuation

JUN 2005

 

252.225-7000

Buy American Act - Balance of Payments Program Certificate

JUN 2005

 

252.225-7035

Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate

OCT 2006

 

TAFB 300-10

Affirmative Procurement Requirements - Supply Contracts

AUG 2005

 

 

CLAUSES INCORPORATED BY FULL TEXT

52.212-2     EVALUATION--COMMERCIAL ITEMS (JAN 1999)

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 

  1. TOTAL COMPLIANCE WITH THE ITEM DESCRIPTION AND SUBMITTAL OF WRITTEN CONFIRMATION OF THE SAME
  2. COMMERCIAL PRICE LIST
  3. DELIVERY IAW THE REQUIREMENT STATED
  4. PRICE

 

 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

(End of clause)

 

The full text of any clause can be found at: http//: farsite.hill.af.mil. Proposals are due by 4:00 PM on 27 Sep 2008.

 

Proposals should be emailed or faxed to:

RONDIE THORNTON

FAX 405-739-7582

[email protected]

 

 

 

Bid Protests Not Available