Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

84 -- INDIVIDUAL EQUIPMENT

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
448190 — Other Clothing Stores
 
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
H92236-06-T2060
 
Response Due
6/9/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Special Operations Command, Pope Air Force Base, North Carolina has a requirement for the purchase and delivery of individual equipment in accordance with the item descriptions provided herein. 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. Quotes are being requested and a written solicitation will not be issued. The solicitation, H92236-06-T2060, is issued as a request for quotation (RFQ) under simplified acquisition procedures. The associated NAICS is 448190 (6.0 mil). This requirement is 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB) Concerns. This will be a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. It is the contractors responsibility to become familiar with all applicable clauses and provisions. Full text clauses and provisions are available at farsite.hill.af.mil. This synopsis/solicitation is for Commercial Items. 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: CLIN 0001 Parka, Goretex Navy Seal, 3 layer Goretex Construction, One-handed adjustable draw cords stow in collar, two way, center, front zipper with inner draft flap and lined chin guard, two shoulder-to-waist upper chest pockets, with double slider zipper opening and storm flap with Velcro closure, Adventure Tech Item No. 35AT110DC or equal, Color: Desert Camo, Sizes: 10 (Med), 30 (Large), 10 (XLarge). CLIN 0002 Parka, Goretex Navy Seal, 3 layer Goretex Construction, one handed adjustable draw cords show in collar, two way, center, front zipper with inner draft flap and lined chin guard, two shoulder-to-waist upper chest pockets, with double slider zipper opening and storm flap with Velcro closure, Adventure Tech Item No. 35AT110WC or equal, Color: Woodland, Sizes: 8 (Med), 9 (Large), 8 (XLrge). CLIN 0003 Bib, Goretex Navy Seal, 3 layer Goretex Construction, Rainbow Style drop seat with two way zipper, storm flap, and Velcro closure. Chest pocket with zipper, reinforced seat, knee, and inner calf.Cargo pockets with D-Rings, High cut back with wide elastic suspenders. Elastic ankle cuff with snap and velcro closure. Adventure Tech Item No. 35AT111DC or equal, Color: Deseret Camo, Sizes: 10 (Med), 30 (Large), 10 (XLrg). CLIN 0004 Bib, Goretex Navy Seal, 3 layer Goretex Construction, Rainbow Style drop seat with two way zipper, storm flap, and Velcro closure. Chest pocket with zipper, reinforced seat, knee, and inner calf. Cargo pockets with D-Rings, high cut back with wide elastic suspenders. Elastic ankle cuff with snap and Velcro closure. Adventure Tech Item No. 35AT111WC or equal, Color: Woodland, Sizes: 8 (Med), 9 (Lrg), 8 (XLrg). CLIN 0005 Backpack, Eagle Creek Ultimate Explorer, Item 10042 or equal, padded straps, Fabric: 500/420D Double Box Nylon, Size Capacity 5400 cu inches, 88 litres, Color: Black, Quantity: 50 each. CLIN 0006 Ruck, Dana Designs Endless Road, Item No. D83153 or equal, Size: Large 6800 cu inches, 98 litres, Color: Black, Quantity: 50 each. CLIN 0007 Backpack, Dana Designs Astralplane or equal, with single aluminum and dual carbon fiber stays. ArcFlex Suspension, Size Capacity 7000 cu inches, 115 Litres (15 each), Size Capacity 7250 cu inches, 119 Litres (15 each), Total 30 Backpacks, Color: Black. CLIN 0008 Flotation Vest, Patagonia Rio Grande, Style L1011 or equal, features two huge stretch mesh pockets with internal D-rings, seamless, Approved Type III, Color: Red/Black (823), Sizes: Adult Small/Med (40 each), Adult Large/XLrg (40 each). CLIN 0009 Shorts, Running, durable, quick dry nylon shell with polyester brief for moisture management, 4.5? inseam, drawstring waist, Insport Item No. J112, Color: Black, Sizes: Small (50 pr), Medium (50 pr), Large (50 pr), XLarge (50 Pr). 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. FOB Destination pricing is required. 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: The required delivery date for all CLINs, all quantities, is not later than 31 Jul 2006; and (b) based on the assumption that the successful offeror(s) receive notice of award not later than 19 June 2006. 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 a 31 July 2006 delivery date, providing award is made not later than 19 June 06. 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 shall be returned with the quote, unless the requirements of this provision are met by ORCA registration. 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 52.247-34, FOB Destination. FAR Clause 52.252.2, Clauses Incorporated By Reference. FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set Aside, 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 a.m. eastern standard time, 9 June 2006. Fax submissions will be accepted at 9102430249. E-Mail submissions (preferred) will be accepted at burgessc@jdi.army.mil. However, it is the offerors 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 prices. Include Federal Tax ID No. DUNS No. and Cage Code correspondence. (2) Representation and Certifications compliant with FAR Clause 52.212-3 or current ORCA registered; (3) Acknowledgment and agreement with amendments, if issued; (4) Evidence of technical acceptability, delivery schedule and past performance reference. 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 5 June 2006. The point of contact for this requirement is Connie Burgess, Contracting Officer at (910)2431245 or email burgessc@jdi.army.mil.
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACT OFFICE POPE, BLDG 3-1947 MALVESTI RD, POPE AFB NC
Zip Code: 28308
Country: USA
 
Record
SN01046692-W 20060513/060511221422 (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  © 1994-2020, Loren Data Corp.