Combine Solicitation – Self-Contained, Single User Fall Restrain System
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Self-Contained, Single User Fall Restrain System
Classification Code: 16 - Aircraft components & accessories
Solicitation Number: FA4608-14-Q-0044
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 71110
Place of Performance Country: US
Description:
Air Force Global Strike Command
2 CONS
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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-14-Q-0044, 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 2005-74 effective
CLIN 0001: B-52 Self-Contained, Single-User Fall Restraint System; equal to or exceeding NSN: 4240-99-975-1289; Wingrip All In One Anchor System manufactured by
Note: Lowest Price Technically Acceptable will be used to evaluate quotes. Technical factors are as follows: Technically Acceptable; Price
Note: Offerors bidding equal items shall submit technical specifications to justify why their proposed equal item meets and/or exceeds the requirements specified.
Note: Items quoted must be in compliance with the following: AFI 91-203
Note: B-52 SELF-CONTAINED, SINGLE-USER FALL RESTRAINT SYS. -vacuum shall not require tools/hardware to be installed/removed-system -compatible with current USAF body harness systems in use
The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offeror may submit quotes for multiple equivalent products. Offeror shall include any discounts in your quote.
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on technical acceptability and price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.
Additionally the following clauses and provisions apply to this acquisition:
52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.207-2 Notice of
Applicable DFARS clauses included:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7002 Payment for Subline Items Not Separately Priced 252.204-7004 Alt A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation 252.211-7005 Substitutions for Military or Federal Specifications and Standards 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 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7007 Liability and Insurance
Applicable AFFARS clauses included:
5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT
Link/URL: https://www.fbo.gov/notices/6520ddacb5a4cc0d2d6938995857a816
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1474 |



Advisor News
- Millennials seek trusted financial advice as they build and inherit wealth
- NAIFA: Financial professionals are essential to the success of Trump Accounts
- Changes, personalization impacting retirement plans for 2026
- Study asks: How do different generations approach retirement?
- LTC: A critical component of retirement planning
More Advisor NewsAnnuity News
- Symetra Enhances Fixed Indexed Annuities, Introduces New Franklin Large Cap Value 15% ER Index
- Ancient Financial Launches as a Strategic Asset Management and Reinsurance Holding Company, Announces Agreement to Acquire F&G Life Re Ltd.
- FIAs are growing as the primary retirement planning tool
- Edward Wilson Joins SEDA, Bringing Deep Expertise in Risk Management, Derivatives Trading and Institutional Prime Brokerage
- Trademark Application for “INSPIRING YOUR FINANCIAL FUTURE” Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
More Annuity NewsHealth/Employee Benefits News
- Mystic resident attends State of Union to highlight healthcare cost increases
- Findings from University of Connecticut School of Medicine Provides New Data about Managed Care (Nursing Home Ratings and Characteristics Predict Hospice Use Among Decedents With Serious Illnesses): Managed Care
- Missouri, Kansas families pay nearly 10% of their income on employer-provided health insurance
- Researchers from California Polytechnic State University Report on Findings in COVID-19 (Exploring the Role of Race/Ethnicity, Metropolitan Status, and Health Insurance in Long COVID Among U.S. Adults): Coronavirus – COVID-19
- TrumpRx: Better prescription drug deals may already exist
More Health/Employee Benefits NewsLife Insurance News