Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOLICITATION NOTICE

25 -- Vehicular Equipment Components

Notice Date
4/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-04-T-0002
 
Response Due
4/19/2004
 
Point of Contact
Kathleen Henderson, Contract Specialist, Phone 813-828-4820, Fax 813-828-7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
 
E-Mail Address
henderk@socom.mil, griffi1@socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Special Operations Command, Directorate of Procurement has a potential requirement to purchase approximately 60 militarized commercial off-the-shelf (COTS), lightweight, high mobility, Vehicle Armor Protection Kits with associated manuals. Armor shall be of Applique style in nature with a Ballistic threshold of 7.62 x 51mm M-80 Ball and objective of M993 7.62 x 51mm AP. Mine protection should have a threshold of 1.5 lbs Anti-Personnel Mine with an objective of 12 1b Anti-Tank Mine. This procurement will be accomplished using full and open competition procedures for Commercial Off-The-Shelf items. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the 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 is issued as a firm fixed request for quotation. (RFQ) H92222-04-T-0002. Submit written offers, oral offers will not be accepted. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17 and DFARS change Notice 2003-1001. North American Industrial Classification Standard (NAICS) 336992, size standard 1000 employees, applies to this procurement. FOB: Destination for delivery to DODAAC W90CGJ, Transportation officer, Attn: Steve Burkett, DSN 570-5738, Letterkenny Army Depot, 1 Overcash Avenue, Chambersburg, PA 17201-4150. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212.1, Contract Terms and Conditions-Commercial Items. The provision at FAR 52.212-2 Evaluation-Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 212-4, Contract Terms and Conditions-Commercial Items, FAR 212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.232-33, Payment by Electronic Funds Transfer applies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items applies, DFAR 252.225-7001, Buy American Act and Balance of Payment Program applies. DFAR 205.470-2 Provision of Information to Cooperative Agreement Holders applies, DFAR 252.225-1101 Acquisition of Supplies applies. Quotations shall include the vender’s cage code, DUNS number ad TIN (tax identification number.) Should industry have any questions, please contact Michelle A. Tirrell at tirrelm@socom.mil or Susan Griffin at griffi1@socom.mil. Quotations should be on company letterhead in company format and must be sent to ATTN: Susan Griffin at griffi1@socom.mil, FAX (813) 828-7504. Quotes are required to be received no later than 12:00 EST, Monday, April 19, 2004. Award shall be made to the responsive, responsible offeror quoting the lowest overall evaluated price. Earliest delivery is the best. The prospective offeror must be registered with the Central Contractor Registration (CCR) prior to award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-04-T-0002/listing.html)
 
Place of Performance
Address: TBD
 
Record
SN00582694-F 20040509/040507220028 (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.