Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

84 -- 210 Pairs (PR) of Ski, Mountain, Dynastar Altitrail, size 178 CM or equal

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
DAHA4302T0024
 
Response Due
8/16/2002
 
Point of Contact
Steven Putnam, (802) 338-3189
 
E-Mail Address
Email your questions to USPFO for Vermont
(steve.putnam@vt.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items provided in accordance with the format in Subparts 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. Solicitation DAHA4302T00024 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. This procurement is a total s mall business set-aside. (See 19.502-2) The SIC code and small business size standard for this procurement are 3949 and 500 Employees respectively. The quoter must state in their quotation their size for this procurement. Departments of the Army and Ai r, USPFO for Vermont, 789 Vermont National Guard Road, Colchester, VT 05446, has a Firm Fixed Price requirement for 210 Pairs (PR) of Ski, Mountain, Dynastar Altitrail, size 178 CM or equal. These skiis are manufactured by Dynastar, Inc. The model desired is the Altitrail in the 178 CM size. Equals are acceptable. If offering an equal, specifications must be submitted with the quote. FOB Destination is required. FOB point is USPFO For Verm ont, Warehouse, 789 Vermont National Guard Road, Colchester, VT 05446. The desired delivery date is 30 days after receipt of award. Contractor shall provide all materials, labor, and transportation necessary to deliver the above mentioned items. The fo llowing clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52-212-1, Instructions to Offers-Commercial (Oct 00). Offers must inc lude with their offer a completed copy of provisions at FAR 52-212-3, Offeror Representation and Certifications-Commercial Items (Feb 02); DFARS 252-212-7000, Offeror Representation and Certifications-Commercial Items (Nov 95); The following clauses are c ontained in the solicitation and subsequent award FAR 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52-212-4 Contract Terms and Conditions-Commercial Items (Feb 02); FAR 52-212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (May 02) which includes the following: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.222-21 Prohibition of Segregated Facilities, 52. 222-26 Equal Opportunity; 52-222-35, Affirmative Action for Special Disable and Vietnam Era Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 5 2.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.225-1 Buy American-Balance of Payments Program-Supplies; 52.225-3 Buy American Act-North American Free Trade Agreement- Israeli Trade Act - Balance of Payment Program; 52.225-13 Restrictio n on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.232-33 Payment by Electronic Funds Transfer; DFARS 252-212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 01); DFARS 252.225-7001 Buy American Act and Balance of Payment Program (Mar 98). Offers must be sent in writing/FAX to the Contracting Officer above not later than 16 August 2002, 1600 Hours (4:00 PM). Award will be made on or about 23 August 2002. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Intern et at http://www.ccr.gov The government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to this solicitation and is considered most advantageous to the Government. Techn ical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government?s requirement. . If any of the items being quoted are under GSA schedule, provid e the schedule number and ordering information. All responsible sources may submit an offer, which, if timely received will be considered.
 
Place of Performance
Address: USPFO for Vermont 789 Vermont National Guard Road Colchester VT
Zip Code: 05446-3099
Country: US
 
Record
SN00130544-W 20020803/020801213647 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.