Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
MODIFICATION

61 -- VARIETY OF BATTERIES

Notice Date
8/16/2005
 
Notice Type
Modification
 
NAICS
335912 — Primary Battery Manufacturing
 
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-T2131
 
Response Due
9/4/2005
 
Archive Date
9/19/2005
 
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 commercial items 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) and a written solicitation will not be issued. Solicitation H92236-05-T-2131 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-05. 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 http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for Small Business Concerns. The associated NAICS is 335912 and the size standard is 1000 employees. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this request for quotation 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. Quotations offering “equal” products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded competition. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001: LITHIUM BATTERIES, MFR SAFT, BA5590 (4 Pack) or Equal, NSN 6135014389450, Quantity: 180 Packs (4 Per Pack, total 720 batteries each). CLIN 0002: LITHIUM BATTERIES, AA (4 Pack), Energizer or Equal, Quantity: 500 Packs (4 Per Pack, total 2000 batteries each). CLIN 0003: BATTERIES, AA, NON LITHIUM (VARTA), Alkaline, Quantity: 10,000 each. Offerors offering substitute items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 for additional instructions. Partial offers will not be accepted. Point of Delivery will be USSOCOM Regional Contracts Office, Bldg 3-1947, Malvesti Rd, Pope Air Force Base, North Carolina 28308. The Required Delivery Date (RDD) is not later than 5 October 2005. FOB Destination pricing is preferred. The following FAR and DFARS provisions and clauses are hereby incorporated by reference to this procurement action (exception(s ) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraph (a), the Government requires delivery to be made according to the following schedule: All CLINs, all quantities, 5 October 2005; and (b) based on the assumption that the successful offeror(s) receive notice of award by 5 Sep 2005. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) conforming to this solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 simplified acquisition procedures apply to this procurement action. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price that is technically acceptable who can meet or better the required delivery date. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLINs. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and offeror affirmation to conform with, or better, the RDD of this solicitation. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. Offers will be evaluated for price inclusive of transportation charges from shipping point to the delivery destination. Prices shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technically acceptability is significantly more important delivery and price combined. The factor of price is more is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. A completed copy of Solicitation Provision 52.212-3 Alt 1 Offeror Representation and Certifications-Commercial Items Alt 1 must be returned with the quote. 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 (Deviation), with the following clauses in paragraph (b) applicable; 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232.33. FAR 52.219-6, Notice of Small Business Set Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.223-3, Hazardous Material Indentification and Material Safety Data. FAR 52.247-34, FOB Destination. FAR Clause 52.252.2,Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-703, Item Identification and Valuation. DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisition of Commercial Items,with the following clauses in paragraph (a) and (b) applicable: 252.203-3, 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 and Balance Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. QUOTES ARE DUE: Quotes shall be received at USSOCOM Regional Contracts Officer –Pope, Attn: Connie Burgess, Bldg 3-1947, Malvesti Rd, Pope Air Force Base, North Carolina, 28308, not later than 10:00, 4 September 2005. Fax submissions will be accepted at 9102430249. E-Mail submissions (preferred) will be accepted at burgessc@jdi.army.mil. However, it is the offeror’s responsibility to ensure receipt. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price. Include Federal Tax ID No. DUNS No. and Cage Code shall be included on correspondence .(2) Representation and Certifications compliant with FAR Clause 52.212-3; (3) Acknowledgment and agreement with amendments, if issued; (4) Evidence of technical acceptability, delivery schedule and past performance reference; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in the Central Contractor Registration (CCR) prior to award. DUNS/CCR website is; http://www.ccr.gov. Any questions referencing this solicitation will be submitted in writing via email (burgessc@jdi.army.mil) or by fax to 9102430249, not later than 2 September 2005. The point of contact for this requirement is Connie Burgess, Contracting Officer at (910)2431245 or email burgessc@jdi.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-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-T2131/listing.html)
 
Place of Performance
Address: USSOCOM Regional Contracts Office-Pope Bldg 3-1947 Malvesti Rd Pope AFB NC
Zip Code: 28308
Country: USA
 
Record
SN00872203-F 20050818/050816213751 (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.