Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

16 -- Military Tandem Tether Bundling System (MTTB) without Canopy and Drogue

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0030
 
Response Due
4/4/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Military Tandem Tether Bundle System without Canopy and Drogue, P/N 150305, Quantity 10 each CLIN 0002 30 Foot LO-PO Reserve Canopy w/ Double Diaper, P/N 420804, Quantity 15 each CLIN 0003 Closing Loops, 2 Headed, P/N 861019, Quantity 50 each This Request for Quote (RFQ) H92244-05-Q-0030 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 effective 28 December 2004. North American Industrial Classification Code (NAICS) 713990 applies to this procurement. Delivery to occur within six (6) weeks from date of contract. The DPAS rating for this procurement is DO. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005); 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 (Jan 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003). Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal mail addressed to NSWDG, Attn: Christine Anderson, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 12:00pm Eastern Standard Time (EST) on 4 April 2005. Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on past performance and price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Vendors who fail to submit Past Performance Information shall not be considered for award. Technical capability shall be evaluated by how well the proposed supplies meet the Government requirement following evaluation of past performance and price. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00772777-W 20050323/050321212406 (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.