Federal Bid

Last Updated on 22 Sep 2011 at 8 AM
Combined Synopsis/Solicitation
Brooks Maine

Hyperbaric Chamber

Solicitation ID f3z4531216AQ01(2)
Posted Date 30 Aug 2011 at 8 PM
Archive Date 22 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location Brooks Maine 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z4531216AQ01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 05 Jul 2011; Defense DPN 20110725 effective 25 Jul 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is unrestricted; The North American Industry Classification System (NAICS) code is 484210. The Federal Supply Class (FSC) is V999. The Standard Industrial Classification (SIC) is 4214.

Travis AFB has a requirement for the moving, storage, installaion and inspection/ maintenance of a Perry Sigma Plus Hyperbaric Chamber from Brooks-City Base.

Period of Performance: 5 days after award.

0001: UNINSTALL/STORAGE SIGMA PLUS CHAMBER. PRICE INCLUDES TRAVEL, LABOR AND LOGISTICS FOR ONE TECH TO UNINSTALL AND MOVE 1(ONE) SIGMA PLUS CHAMBER FROM BROOKS CITY BASE TO CONTRACTOR'S SECURE WAREHOUSE IN HOUSTON, TX. CONTRACTOR ASSUMES LIABILITY FOR STORAGE AND TRANSPORTATION OF CHAMBER BASED ON 6 MONTHS OF STORAGE ONLY.

0002: TRANSPORTATION, INSTALL AND SERVICES. PRICE INCLUDES TRAVEL, LABOR, AND LOGISTICS FOR ONE TECH TO RE-INSTALL AND SERVICES 1(ONE) SIGMA PLUS CHAMBER DELIVERED TO TRAVIS AFB. PRICE INCLUDES TRANSPORTATION FROM CONTRACTOR'S STORAGE FACILITY. CONTRACTOR ASSUMES LIABILITY FOR TRANSPORTATION.

0003: Freight. Qty: 1

Award shall be made in the aggregate, all or none.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in:

FAR 52.212-1 Instructions to Offerors -- Commercial Items;
FAR 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: (i) lowest price technically acceptable;
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items;

FAR 52.222-3 Convict Labor;
FAR 52.233-3 Protest after award;
FAR 52.233-4 Applicable Law for Breach of Contracts;
FAR 52.212-4 Contract Terms and Conditions - Commercial Items;
FAR 52.222-50 Combating Trafficking in Persons;

DFARS 252.204-7003 Control of Government Personnel Work Products;
DFARS 252.232-7010 Levies on Contract Payments;
DFARS 252-232-7003 Electronic Submission of Payment Requests;
DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III;

FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation);
FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil;
FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2;
DFARS 252.204-7006 Billing Instructions;
DFARS 252.212-7001 Contract Terms and Conditions (Deviation);
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance;
AFFARS 5352.201-9101 Ombudsman.

FAR 52.222-21 Prohibition of Segregated Facilities;
FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities;
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards;
FAR 52.222-48 Exemption from SCA
FAR 52.219-28 Post Award Small Business Program Re-representation
FAR 52.209-6 Protecting Govt's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

Please send any questions to [email protected] NO LATER THAN 06 SEP, 07:30 AM, PST and offers NO LATER THAN 07 SEP, 17:00 PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.

We will coordinate with Brooks City Base to gain access to the chambers for removal. Contractor information will be required IAW FAR 52.204-9.

Point of contact is Lt Tor, Contract Specialist, telephone 707-816-3897. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738.

 

Bid Protests Not Available

Similar Past Bids

Hall New york 27 Feb 2017 at 6 PM
Location Unknown 03 Jan 2025 at 1 AM
Louisiana 02 Jan 2013 at 8 PM
Misawa Aomori 26 Nov 2024 at 7 PM
Misawa Aomori 26 Nov 2024 at 7 PM

Similar Opportunities

Brookings South dakota 10 Jul 2025 at 4 AM
Mechanicsburg Pennsylvania 28 Jul 2025 at 6 PM
Fort belvoir Virginia 01 Oct 2025 at 4 AM (estimated)
Fort belvoir Virginia 01 Oct 2025 at 4 AM (estimated)