Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
MODIFICATION

84 -- BATTLE DRESS PANTS AND SHIRTS, GOGGLES, T-SHIRTS, FLASHLIGHT, RIGGER BELTS,RESCUE BELT

Notice Date
8/3/2005
 
Notice Type
Modification
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92236-05-T2099
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Point of Contact
Connie Burgess, Contracting Officer, Phone 910-243-1345, Fax 910-243-0249,
 
E-Mail Address
burgessc@jdi.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92236-05-T-2099 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-04. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be completely familiar with all applicable clauses and provisions. This requirement is 100% set aside for small businesses. The NAICS Code is 315211 and the size standard is 500 employees or less. The Federal Supply Class (FSC) is 8415. This acquisition is to be a Firm Fixed Price type contract. The government intends to solicit and award this purchase order for the following items: (1) Street Ready Battle Dress Uniform (BDU) Trousers, 100% Cotton Ripstop Poplin Khaki. Features 2 thigh cargo pockets and 4 regular pockets with reinforced seat and knees. Sizes: Sm/Reg (30 pr), Sm/Long (30 pr), Med/Reg (60 pr), Med/Long (60 pr), Med/Short (30 pr), Lrg/Reg (60 pr), Lrg/Long (60 pr), Xlrg/Reg (30 pr), XLrg/Long(30 pr). Total 390 pair. (2) Adventure Ready Battle Dress Uniform (BDU) Shirt, 100% Cotton Ripstop Poplin Khaki. Sizes: Med/Reg (60 ea), Lrg/Reg (60 ea), XLrg/Reg (60 ea), Total 180 each. (3) Flashlight, Surefire Model 6P, Color: Black, Qty 50 ea. (4) Surefire Tipoff Beamfilters for the Surefire Model 6P, color Red, (60 each). (5) Surefire Tipoff Beamfilters for the Surefire Model 6p, Color: Infrared, (60 ea.) (6) Bolle T-800 Goggles, Color: Black,(60 pair). (7) Replacement Lens for the Bolle T-800 Goggles, Qty 60 each. (8) Cool Max T-Shirt, Color: Army Brown, Sizes: Large (100 ea), XLrg (100 ea.) (9) Belt, Military Rigger, Adjustable, Color: Black. Size: Med (60 ea) Lrg (60 ea). (10) Belt, Emergency Rescue, heavy duty, parachute quality buckles, allows attachment of carabiners. Color: Black, Size: Med (60 ea), Lrg (60 ea). An equal item must be accompanied by literature detailing product specifications. Offers must quote all items all items for a valid quote. Please state number of days for delivery in your proposal. Place of delivery will be USSOCOM Regional Contracts Office, Bldg 3-1947 Malvesti Rd, Pope Air Force Base, North Carolina. The following FAR and DFARS provisions and clauses are hereby incorporated by reference (exception(s) or addendum are provided, where appropriate) and are applicable to this procurement action; FAR 52.204-7, Central Contractor Registration. FAR 52.211-16, Variation in Quantity, is applicable to this requirement with the following clause addenda to paragraph (b), 10% increase, 0% decrease is allowed only in so far as it is required to deliver not less than the entire quantity requested for each CLIN and in order to conform with standard commercial packaging with regard to Unit of Issues. FAR 52.211-17, Delivery of Excess Quantities. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLINs 0001, 0002, 0003 and 0004 is not later than 12:00 p.m. (PST), 14 Jul 05, based on the assumption that the successful offeror(s) receive notice of award by 14 Jun 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addendum to paragraph (a), The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Delivery. Price. Award will be based on aggregate. Delivery is defined as the capacity, and written affirmation, of the offeror to conform with the RDD of this solicitation. Alternate delivery schedules are not being solicited. However, offers of an alternate delivery schedule which improves on the RDD, or is otherwise advantageous to the Government, will be considered. Offerors shall present a detailed schedule with necessary explanation(s) for any proposed alternate delivery schedule. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. A complete copy of this provision shall be submitted with the offer. The Online Representation and Certification Application (ORCA) can be accessed website http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.225-1 Alt. 1, Buy American Act-Supplies. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-5, Authorized Deviations in Provisions. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration, Alt. A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92236-05-T-2099 may be submitted: by email (preferred) to burgessc@jdi.army.mil, faxed to 9102430249, or hard copy via mail to USSOCOM REGIONAL CONTRACTS OFFICE, BLDG 3-1947 MALVESTI RD, Attn: Connie Burgess, POPE AFB NC 28308. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. AT A MINIMUM ALL OFFERS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the offeror; (2) a priced schedule of supplies to be provided; (3) Representations and Certifications compliant with FAR 52.212-3; (4) acknowledgement and agreement with amendments, if issued Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review this website for any changes or amendments to the RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Contractors are asked to submit their FED TAX ID number with their proposal. Offers must be received by 10:00 a.m.(EST), 12 Aug 2005. Questions with regard to this RFQ will be accepted from interested offerors (email submission preferred) up to 10:00 a.m. (EST) 5 Aug 05. Any questions submitted thereafter will be entertained, however the due date for submission of offers will not change. Questions should be directed to the Connie Burgess at (910)243-1345, or emailed (preferred) to burgessc@jdi.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOALKA/H92236-05-T2099/listing.html)
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACTS OFFICE BLDG 3-1947 MALVESTI RD POPE AFB NC
Zip Code: 28308
Country: USA
 
Record
SN00861976-F 20050805/050803213525 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.