Federal Bid

Last Updated on 12 Aug 2021 at 8 PM
Combined Synopsis/Solicitation
Klamath falls Oregon

Testing Services for Halotron 150lb Fire Extinguishers

Solicitation ID W50S8Z-21-Q-0019
Posted Date 12 Aug 2021 at 8 PM
Archive Date 07 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nw Uspfo Activity Orang 173
Agency Department Of Defense
Location Klamath falls Oregon United states 97603

This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued. This solicitation: W50S8Z-21-Q-0019 is being issued as a Request for quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 811310 and the small business size standard is $8M.

Instructions to Offerors

1. Questions: All questions shall be in writing. Questions shall be submitted to Christin Davila at [email protected]. Questions must be submitted No Later Than 18 August 2021.

2. Quote Submission: Quotes should be submitted by email (preferred method) to the Contracting Office at [email protected] no later than Monday 23 August 2021 at 1:00 PM PT. Quotes shall be clearly marked RFQ W50S8Z-21-Q-0019. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Award may be made without discussions.

a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error with email address does not change the due date or time.

3. Technical submissions must be submitted for technical evaluation.

The offeror’s proposal shall include documentation addressing the qualification requirements in paragraphs 1.0 of the Statement of Work (SOW). The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the SOW. Stating that the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate. Technical Quotes shall include:

a. Capabilities, and experience (not to exceed 4 pages, 10 point font)

b. Substantiating documents to include, but not limited to, resume(s), diploma(s), and certification(s) to demonstrate personnel possess all of the requirements per the attached SOW.

Basis For Award

Award shall be made to a single offeror. 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 using a subjective comparative analysis in accordance with FAR 13.1. The following factors shall be used to evaluate offers:

Technical: Ability to perform inspection IAW TCTO 13F4-4-501

Employee Qualifications

Price

The following commercial services are requested in this solicitation:

CLIN 0001 – 45 Each – Testing Services for Halotron 150lb Fire Extinguishers IAW                                                             TCTO 13F4-4-501C

  • 6 year maintenance per NFPA requirements
  • 12 year Hydrostatic testing per NFPA requirements

Line Item Price: $                  

Option CLIN 1001 – Up to 45 each - Hydro recharge Halon wheeled unit                                                                                                                                                     

Line Item Price: $__________

Option CLIN 1002 – Up to 45 each - Agent transfer, valve stem replacement, O-Ring Replacement, hose service and hydro-test of cylinder                                          

Line Item Price: $__________

Option CLIN 1003 – Up to 45 each - Valve Stem for Halon 150lb Wheeled Unit

Line Item Price: $__________

Option CLIN 1004 – Up to 45 each - Model 600 O-ring Collar           Line Item Price: $__________

Option CLIN 1005 – Up to 45 each - Gague 200 BR Halon                 Line Item Price: $__________

Option CLIN 1006 – Up to 45 each - Pictogram 150 ABC S-PRS        Line Item Price: $__________

Option CLIN 1007 – Up to 45 each - Nameplace 600K 150 BCF         Line Item Price: $__________

Option CLIN 1008 – Halon 1211 Agent per lb – NTE 10 lbs per extinguisher

                                                                                                           

Line Item Price: $__________

Option CLIN 1009 – Up to 45 each - DTUBE ASY 150 BCF(covered under TCTO compliance)

                                                                                                            Line Item Price: $__________

Total Price: $                                     

*Reference attached SOW, TCTOs, TOs, and Manual*

Site Visit:  No site visit will be offered for this solicitation

Required Period of Performance: 90 Days ADC.

THE FOLLOWING FULL TEXT PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION:

52.252-1 Solicitation Provisions Incorporated by Reference.

As prescribed in 52.107(a), insert the following provision:

Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov

 (End of provision)

52.252-2 Clauses Incorporated by Reference.

As prescribed in 52.107(b), insert the following clause:

Clauses Incorporated By Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov

(End of clause)

52.252-3 Alterations in Solicitation.

As prescribed in 52.107(c), insert the following provision in solicitations in order to revise or supplement, as necessary, other parts of the solicitation that apply to the solicitation phase only, except for any provision authorized for use with a deviation. Include clear identification of what is being- altered.

Alterations in Solicitation (Apr 1984)

Portions of this solicitation are altered as follows:

_____________________________________________ _____________________________________________ _____________________________________________

(End of clause)

52.252-4 Alterations in Contract.

As prescribed in 52.107(d), insert the following clause in solicitations and contracts in order to revise or supplement, as necessary, other parts of the contract, or parts of the solicitation that apply after contract award, except for any clause authorized for use with a deviation. Include clear identification of what is being altered.

Alterations in Contract (Apr 1984)

Portions of this contract are altered as follows:

_____________________________________________ _____________________________________________ _____________________________________________

(End of clause)

52.252-5 Authorized Deviations in Provisions.

As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(DEVIATION)" after the date of the provision.

Authorized Deviations in Provisions (Nov 2020)

      (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

      (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

52.252-6 Authorized Deviations in Clauses.

As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(DEVIATION)" after the date of the clause.

Authorized Deviations in Clauses (Nov 2020)

      (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

      (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

THE FOLLOWING PROVISIONS MUST BE COMPLETED BY THE OFFEROR AND MUST BE SUBMITTED WITH THE QUOTATION OR OFFER

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

THE FOLLOWING PROVISIONS REQUIRE COMPLETION BY THE OFFEROR

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.204-26 Covered Telecommunications Equipment or Services-Representation

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-3 Offeror Representations and Certifications-Commercial Items.

52.219-1 Small Business Program Representations

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—representation and Certifications

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation.

252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation

PROVISIONS INCORPORATED BY REFERENCE

52.203-18 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7 -- System for Award Management

52.204-16 -- Commercial and Government Entity Code Reporting

52.204-17 -- Ownership of Control of Offeror

52.204-20 -- Predecessor of Offeror

52.204-26 -- Covered Telecommunications Equipment or Services-Representation.

52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations

52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)

52.212-2 -- Evaluation -- Commercial Items.

52.219-1 -- Small Business Program Representations

52.222-22 -- Previous Contracts and Compliance Reports

52.222-25 -- Affirmative Action Compliance

252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls

252.204-7016 -- Covered Defense Telecommunications Equipment or Services—Representation

252.204-7017 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

CLAUSES INCORPORATED BY REFERENCE

52.203-19 -- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements

52.204-2 -- Security Requirements

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

52.204-21 -- Basic Safeguarding of Covered Contractor Information Systems

52.204-25 -- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations

52.212-4 -- Contract Terms and Conditions – Commercial Items

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

52.217-7 Option for Increased Quantity-Separately Priced Line Item.

52.222-3 -- Convict Labor

52.222-21 -- Prohibition of Segregated Facilities

52.222-26 -- Equal Opportunity

52.222-41 -- Service Contract Labor Standards

52.222-42 -- Statement of Equivalent Rates for Federal Hires

52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)

52.222-50 -- Combating Trafficking in Persons

52.222-55 -- Minimum Wages Under Executive Order 13658

52.222-62 -- Paid Sick Leave Under Executive Order 13706

52.223-6 -- Drug-Free Workplace

52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving

52.232-18 -- Availability of Funds

52.232-33 -- Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332)

52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors

52.233-3 -- Protest After Award (AUG 1996) (31 U.S.C. 3553)

52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note))

252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials.

252.203-7002 -- Requirements to Inform Employees of Whistleblower Rights

252.204-7006 -- Billing Instructions

252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.223-7004 -- Drug-Free Work Force

252.225-7001 -- Buy American and Balance of Payments Program

252.225-7012 -- Preference for Certain Domestic Commodities

252.225-7048 -- Export-Controlled Items

252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 -- Wide Area WorkFlow Payment Instructions

252.232-7010 -- Levies on Contract Payments

252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7001 -- Pricing of Contract Modifications

252.244-7000 -- Subcontracts for Commercial Items

252.247-7023 -- Transportation of Supplies by Sea—Basic

The Defense Priorities and Allocations System (DPAS) assigned rating is: NONE.

Bid Protests Not Available

Similar Past Bids

Klamath falls Oregon 17 Aug 2021 at 2 PM
Klamath falls Oregon 26 Aug 2021 at 10 PM
Klamath falls Oregon 12 Aug 2021 at 4 AM
Klamath falls Oregon 20 Jul 2021 at 6 PM
Klamath falls Oregon 13 Jul 2021 at 9 PM

Similar Opportunities

Dayton Washington 16 Jul 2025 at 4 AM (estimated)
Rock island Illinois 09 Jul 2025 at 7 PM
Goldsboro North carolina 11 Jul 2025 at 4 PM