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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C4MG913A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 611430 and the small business size standard is $7 Million. The following commercial items are requested in this solicitation:
CLIN 0001: Level 1- Operational use of the "HAZCAT Industrial Chemical Identification system" - This class should cover the following items:
1. Safety: Students should be taught proper procedures for safely handling toxic, flammable and reactive substances
2. Familiarity: Students work with the hazardous materials most likely to be encountered in the field, as indicated by lists of the most frequent industrial spills compiled by the EPA and other agencies.
3. Confidence - With the experience gained under controlled classroom conditions, responders can approach the identification of totally unknown materials with confidence and competence.
4. Background - Origin of the materials and the toxicology of handling spilled materials are thoroughly discussed.
5. Thoroughness - Students are drilled in the importance of looking for secondary characteristics even after a classification has been established.
6. Exploration- of the basic HazCat unknown solids and liquids analysis process- the fundamentals of analyzing unknown materials. It should thenexpand upon the basic process to discover how some of the specialty charts; char/tar, organic and inorganic procedures are utilized in the analysis process.-12 each
CLIN 0002: Transportation, Lodging, Meals-1 PG
Desired class start date is no later than 31 july 2009. FOB: Destination for delivery to Andersen AFB, Guam 96929. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to A1C Jerica Morgan at e-mail [email protected] or e-mailed to MSgt Scott LeBlanc at [email protected]; Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by 26 June 2009, 4:00pm Eastern Standard Time.