Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2006 FBO #1591
SOLICITATION NOTICE

84 -- Bib Pants

Notice Date
4/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
448110 — Men's Clothing Stores
 
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
H92244-06-Q-0070
 
Response Due
4/14/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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 Defense Priorities and Allocations System (DPAS) rating for this procurement is DO. The Solicitation Number, H92244-06-Q-0070 is issued as a Request for Quotation (RFQ). This solicitation is issued as a firm fixed price request for quotation. This procurement is being issued as a 100% Small Business Set-Aside. The following provisions and clauses are applicable to this acquisition and in effect through Federal Acquisition Circular. FAC 2005-08, effective Jan 05, 2006 North American Industrial Classification Standard (NAICS) Code 448110, size standards 500. All response from responsible sources will be fully considered. The Special Warfare Development Group has a potential requirement to purchase, CLIN 0001 P/N 3693 level eight gore-tex bid pants version one, qty medium (20), large (40), xlarge (30), xxlarge (10), color mossy oak. Manufacture Arcteryx All items were selected based on Limited Competition and were down selected through materials evaluation, item performance, operational evaluations, and direct user feedback to determine their ability to meet users requirements for use in a combat environment. Unique qualifications of the Development Combat Uniform (DCU) being procured include system performance that functions with existing individual clothing and equipment in the Naval Special Warfare community. The selected vendor items are those that most specifically address the form, fit and function required by the users and has already been tested by the user group. Some of the discriminators are pocket placement for easy access with load-carriage and armor systems, and interoperability between the levels, which minimize bulk, Ability to don and doff, use of components use with gloves, and other cold weather specific items were also used as discriminators. Coverage of the body while in the prone, sitting, moving on skis, or in hide sites was also taken into considerations. Headgear and compatibility with communications equipment were among the other variables address for system performance. Additionally, all of the levels combined are part of one system. Level .5 fit, sizing and functionality affect the same for level one. Level one when worn with level .5 effects functionality and fit when worn with level three, etc? the items associated with the Personal Combat uniform under this solicitation have already been bought, tested and proved in the field. Significant deficiencies in the current cold weather clothing system have been identified through the past two years. The deficiencies in the current system have been addressed by the DCU being procured for this solicitation, and were part of the variables used in the down-select process. This procurement will be accomplished using limited competition procedures for Commercial Off-the-Shelf items. A list of contract line item number(s) and items, quantities and units of measure, date(s) and place(s) of delivery and acceptance and FOB point. The Government desired delivery date is 14 days after award. Place of Delivery and Acceptance and FOB Point is: 1636 Regulus Avenue, Virginia Beach, VA . The following factors shall be used to evaluate offers: (i) Technical capability (by review of existing product literature for the item(s) being procured, (ii) Past Performance from both inside and outside the Federal government, (iii) Price (iv) Delivery. Technical and past performance when combined, are equally as important as price; The government will conduct a comparative evaluation of offers. 52.212-3?Offeror Representations and Certifications?Commercial Items (Mar 2005). (a) Offerors are advised to include a completed copy of this provision with its offer. The clause at 52.212-4?Contract Terms and Conditions?Commercial Items (Sep 2005); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial (Jan 2006). FAR 52.203-6, Restrictions on Subcontractor Sales the Government (Jul 1995), Far 52.232-33, Payment by Electronic Funds Transfer (Oct 2003) applies, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005) applies, DFAR 252.204-7004 Alt A, Central Contractor Registration (Nov 2003), DFAR 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005) applies. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted electronically or on letterhead stationery to include the minimum information required by this provision. Offers are due by, 12:00 p.m. Eastern Standard Time (EST) on 11 Apr 06. 52.212-2 Evaluation?Commercial Items (Jan 1999) (a) 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, price and other factors considered. Quotations shall include the vendor cage code, Dun & Bradstreet Number (DUN), & Tax Identification Number (TIN). The POC is Beverly D. Hines, Phone (757) 492-7960 extension 2209, Fax (757) 492-7954, Email: bhines@mail.nswdg.navy.mil; The prospectie offeror must be registered with the Central Contractor Registration (CCR) website https://www.bpn.gov/CCR/scripts/index.html to be considered for award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, VA
Zip Code: 23461-2299
 
Record
SN01020267-W 20060405/060403220749 (fbodaily.com)
 
Source
FedBizOpps 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.