Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

83 -- 83-Textile, leather furs apparel and shoe findings, tents, and flags

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ0032510
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
Deanna Davis, Contracting Officer, Phone 202-324-5552, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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. This solicitation is being issued as Request for Quotation (RFQ) 0032510 and this number shall be referenced on all quotes. This RFQ is issued using Simplified Acquisition Procedures (SAP) under Subpart 13.5, Test Program for Certain Commercial Items and is a 100 percent Small Business Set-Aside. The North American Industry Classification System (NAICS) is 314912. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2001-15. This notice will result in an aggregate award for a Firm-Fixed Price, Brand Name or Equal (Brand Name Zumro) one-time buy, based on a Best Value determination for the following: The Hazardous Materials Response Unit (HMRU) has a requirement for field deployable, man-portable shelters, which can be erected in less than five minutes, has a rigid inflatable frame and the capability to utilize integrated heating, ventilation and air conditioning ducts to maintain climate control inside the shelter. The shelters will be supplied with air fill pumps, compressed air cylinder fill adapters, propane fueled heaters, thermostats and accessories. The tents shall be 21 feet by 19 feet. The vendor shall provide the following: (1) Part Number 8200, Zumro Model 400 Inflatable Shelters, size 21 feet by 19 feet, Color: Green, Quantity 14 each; (2) Part Number 9906, Zumro 996 Shelter Heat Package with 71,000 BTU propane heater, electronic ignition, blower, 15 feet flex duct, propane regulator, filter and hose, Quantity 14 each; (3) Part Number 5412, Remote Thermostats for propane heater, Quantity 30 each; (4) Part Number 9909, Stake Package, Quantity 30 each; and (5) Part Number 5201, Fluorescent Lights with hooks and 15 feet cords , Quantity 60 each. The Zumro tent systems are being requested because HMRU currently have 30 Zumro shelters in their inventory and want to continue with Zumro in order to maintain compatibility between accessories. If you are quoting an equal, the name of the manufacturer and specifications must be submitted along with the quote for technical evaluation. Also, parts and accessories must be interchangeable with the Zumro brand. Delivery should be within-days or sooner after receipt of order. Offers shall be for FOB Destination. The ship to address is Operational Support Facility, 15015 Farm Creek Drive, Suite 114, Woodbridge, VA 22192. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 2003), FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUNE 2003) and JAR Clause 2852.211-70 Brand-Name or Equal (JAN 1985) which states the following: (a) The terms bid and bidders, as used in this clause, include the terms proposal and offerors. The terms invitation for bids and invitation, as used in this clause include the terms request for proposal and request. (b) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his/her bid that he/she is offering an equal product referenced in the invitation for bids. (d) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determinations to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the invitation for bids, he/she shall: (i) include in his/her bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the invitation for bids will not be considered. All FAR clauses and provisions may be obtained from the General Services Administration, Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offerors whose quotes conforms to this solicitation and are the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capabilities and (2) price. All quotes shall be on company letterhead, accompanied by completed representations and certifications, clearly marked RFQ 0032510 and submitted to the address listed above no later than 4:00 p.m., EDT, September 12, 2003. Offerors responding to this solicitation must provide their DUNS and Tax Identification Numbers. The vendor selected for award shall also be required to submit a completed Standard Form 3881. Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.215-5 Facsimile Proposals (OCT 1997). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow via mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to an off site location first before being delivered to its final destination at FBI Headquarters. Therefore, allow enough time for delivery. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1(f) (OCT 2000).
 
Place of Performance
Address: Operational Support Facility, 15015 Farm Creek Drive, Suite 114, Woodbridge, VA
Zip Code: 22192
Country: United States
 
Record
SN00416012-W 20030831/030829213511 (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.