SOLICITATION NOTICE
84 -- Hinged Nickel Handcuffs
- Notice Date
- 11/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
- ZIP Code
- 29404-5021
- Solicitation Number
- Reference-Number-FB441852850454
- Response Due
- 12/2/2005
- Archive Date
- 12/17/2005
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FB441852850454 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 332999 with a 500-employee size standard. (v) Contractors shall submit a unit cost and total cost quote for (538 each) Hinged Nickel Handcuff. This handcuff features our hinged design to further restrict movement along with our pushpin double locking system in a satin nickel finish. They are manufactured with heat-treated internal lockworks, featuring smooth ratchets for swift cuffing and double locks to prevent tampering. Handcuffs must meet or exceed demanding U.S. National Institute of Justice tests for workmanship, strength, corrosion and tamper resistant. All responsible sources may submit a quotation, which shall be considered. MFR: Smith & Wesson Part Number: 350138 Model 300P or equal. (vi) Smith & Wesson Model 300P or equal Hinged Nickel Handcuffs delivered to Charleston Air Force Base, South Carolina, 29404. (vii) FOB Destination and must be delivered 30 calendar days of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation The Government will award a contract resulting form this solicitation to the responsible offeror whose offer 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.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) 52.204-7 Central Contractor Registration; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. FAR 52.211-6, Brand Name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) FAR 52.253-1 -Computer Generated Forms DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at www.ccr2000.com or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday, 2 December 2005 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FB441852850454. (xvii) Address questions to Lisa Hinson, Contract Specialist, at (843) 963-5857, fax (843) 963-5183, email lisa.hinson@charleston.af.mil or Terry Jones, Contracting Specialist, Phone (843) 963-5159, email terry.jones@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org,
- Place of Performance
- Address: Charleston AFB,, South Carolina
- Zip Code: 29404
- Country: US
- Zip Code: 29404
- Record
- SN00938323-W 20051130/051128211901 (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 |