Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

42 -- CLX450 Drysuit Ensembles and spares

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0905R0045
 
Response Due
12/15/2004
 
Archive Date
2/13/2005
 
Small Business Set-Aside
N/A
 
Description
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; propos als are being requested and a written solicitation will not be issued. This acquisition is a Request for Proposal (RFP). The combined synopsis/solicitation number is W52H09-05-R-0045. This solicitation document and incorporated provisions and clauses are t hose in effect through Federal Acquisition Circular 2001-25, effective 05 Oct 04. The associated North America Industry Classification (NAICS) Code is 339920 and the Business Size Standard is 500. The Government contemplates award of a firm fixed price con tract resulting from this synopsis/solicitation. This solicitation is restricted to the manufacturer, Diving Unlimited International, Inc., 1148 Delevan Drive, San Diego, CA 92102. All or a part of this action is an unfunded FY05 requirement. The offeror s hall provide the unit price for each of the following items and the total amount based on quantity for each item. Requirements are for: 320 each, CLX450 Drysuit Ensembles; 320 each, DUI ZipSeals; 320 each Neck Seals. Sizes for the Drysuit are: 49 each, Siz e M; 118 each, Size L; 111 each, Size XL; and 42 each, Size XXL. Sizes for Rock Boots are: 42 each, Size 9; 91 each, Size 10; 97 each, Size 11; 48 each, Size 12; 42 each, Size 13. Inspection and Acceptance is at Source and FOB is Destination. Delivery sche dule is 53 each, 120 days after receipt of order with shipments of 53 each per month until complete. Shipment instructions will be furnished prior to award. The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors--Commerci al Items (JAN 2004); FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2003) (a copy of this provision shall be completed and submitted with the offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (OCT 2003) along with the additional FAR clauses cited under paragraph (b) 1, 7, 15, 16, 17, 18, 19, 20, 25, and 30; and FAR 52.211-15, Defen se Priority and Allocation Requirements. The DPAS rating is DO-C9. Response is due by 15 Dec 04, 4:30 P.M., central standard time, to TACOM, ATTN: AMSTA-LC-CTR-R, Terri Maple, 1 Rock Island Arsenal, Rock Island, IL 61299-7630, email: maplet@ria.army.mil.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00718629-W 20041210/041208211959 (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.