Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOLICITATION NOTICE

20 -- Grappling Hook, Collapsible (GHC)

Notice Date
3/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
DAAD1303T0006
 
Archive Date
5/20/2003
 
Point of Contact
Rita Belfiori, 410-436-4205
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch
(rita.belfiori@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), 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. Solicitation Number DAAD13-03-T-0006 is issued as a request for quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 2001-12. This requirement is 100% Small Business Set-Aside. The applicable NACIS Code for this acquisition is 332116 with a size standard of 500 employees. The government intends to solicit the proposed action on a competitive basis with t he following three vendors only, whose GHC have met previously identified technical and safety performance standards: Safety Systems Corp (OEUP8), Schaefer Marine, Inc. (54256) and Tactical and Rescue Equipment, LLC (1GTM5). This requirement is for Grappl ing Hook, Collapsible (GHC), NSN 2040-01-499-0035. The proposed action will result in a two-year firm-fixed price Requirements contract. Minimum quantity: 674 each; maximum quantity is estimated to be 5,000 each over the two-year period, with the option to purchase up to 2,500 each. A price per unit shall be submitted for CLINS 0001 through 0003, with each CLIN being a 12-month period. CLIN 0001 is the First Ordering Year of the contract effective from date of award for 364 days, CLIN 0002, Second Order ing Year is 365 days through 729 days, CLIN 0003, Option 730 days through 1,094 (if exercised). For pricing purposes, the estimated quantities per CLIN are as follows: CLIN 0001, 2,500 each; CLIN 0002, 2,500 each, CLIN 0003, 2,500 each. The GHC shall co nform to the vendor?s own drawings, specifications, standards and quality assurance practices, and be the same as the GHC that met previous government performance and safety standards and requirements. The Government reserves the right to require proof of such conformance prior to first delivery. Required delivery is 90 days after issuance of delivery order, FOB Destination to continental U.S. locations. Final inspection and acceptance will be at Destination. Personnel operating the GHC will be able to ref er to the operator?s instructions on the packaging. The items shall be preserved, packaged and packed for domestic shipment in accordance with best commercial practice. Shipping container markings shall be durable and legible and shall include the National Stock Number (NSN), item nomenclature, quantity, weight and cube, contract number, and contractor name and address. FAR 52.212-1, Instructions to Offers-Commercial Items is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluat ion-Commercial Items does not apply to this acquisition. The Government will evaluate the selected quotation for fairness and reasonableness in accordance with FAR Part 13 before making award. Offerors shall include a completed copy of the provision at FA R 52.212-3, Offeror Representations and Certifications ?Commercial Items with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercia l Items, apply to this acquisition. FAR 52.212-5 includes the following additional FAR clauses: 52.203-6, 52.219-8, 52.219-9, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33. The following DFARS clauses at 252.212-7 001 apply: 252.225-7001, 252.225-7012, 252.247-7024; 252.204-7004. The following additional FAR clauses apply: 52.216-18, Ordering (a) Orders may be issued from date of contract award through two years from the date of contract award; 52.216-19, Order L imitations (a) Minimum order 9 each, (b) Maximum Order: (1) a single item in excess of 2,500 each (2) a combination of items in excess of 2,500 each (3) A ser ies of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2), (d) five days. FAR 52.216-21, Requirements (f) two years and three months after contract award. FAR 52.252-1 and 52.252-2 apply to this solicitation. FAR 52.217-5, 52.217-9 (within the existing term of the contract period). All clauses applicable to this acquisition may be accessed electronically at the following address: http://farsite.hill.af.mil The contra ctor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sales. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Gove rnment?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the item as listed in the schedule. DPAS Rating DO-C9e. This notice of intent is limited to the three vendors previously identified herein; however, interested vendors are welcome to identify their interest and capability for consideration on future purchases. Responses to this RFQ must be received no later than 4:00 p.m. EST, March 21, 2003, at the U.S. Army Robert Morris Acquisition Center, Edgewood Division, ATTN: AMSSB-ACC (Rita Belfiori), 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424 (telefax 410-436-3076, email: rita.belfiori@us.army.mil). See Note 1.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
Country: US
 
Record
SN00272582-W 20030308/030306213604 (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.