Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

84 -- Men's Top Coat

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-06-T-0033
 
Response Due
5/22/2006
 
Archive Date
6/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-06-T-0033. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 315211 at 500 employees size standard. LINE ITEM 001: 25 each of Men?s Top Coat: Water Repellent, AF Blue Shade 1605, 55% Polyester, 45% Wool Gabardine with zip-out Thinsulate Liner; Size: 44R or equal. LINE ITEM 002: 25 each of Men?s Top Coat: Water Repellent, AF Blue Shade 1605, 55% Polyester, 45% Wool Gabardine with zip-out Thinsulate Liner; Size: 44L or equal. LINE ITEM 003: 20 each of Men?s Top Coat: Water Repellent, AF Blue Shade 1605, 55% Polyester, 45% Wool Gabardine with zip-out Thinsulate Liner; Size: 46R or equal. LINE ITEM 004: 20 each of Men?s Top Coat: Water Repellent, AF Blue Shade 1605, 55% Polyester, 45% Wool Gabardine with zip-out Thinsulate Liner; Size: 46L or equal. If quoting on an ?OR EQUAL? item, offerors must submit descriptive literature or a sample. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Contractors standard inspection procedures shall be used. Delivery/Acceptance will be at 50 Duncan Ave, Ste 1, Bldg 7100, Bolling AFB, DC 20032-0202. Delivery of all supplies will be no later than 30 days after date of contract. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.211-6, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.212-1, 52.214-34, 52.214-35, 52.223-5, 52.232-18, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), 52.253-1 DFARS (Chapter 2), 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.219-7011, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 3:00pm Eastern Standard Time, 22 May 2006 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to Jason.Crockett@Bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA Jason Crockett, Contract Specialist, Phone (202) 404-8342, FAX (202) 767-7887, E-mail to Jason.Crockett@Bolling.af.mil.
 
Place of Performance
Address: 50 Duncan Ave, Ste 1, Bldg 7100, Bolling AFB, DC
Zip Code: 20032-0202
Country: United States
 
Record
SN01048268-W 20060517/060515220645 (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.