Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

84 -- Luggage

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
316991 — Luggage Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-F3Z1036144A100
 
Response Due
6/20/2006
 
Archive Date
7/5/2006
 
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. The solicitation number is F3Z1036144A100; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense DCN 20060519. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 316991. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 8460. The Standard Industrial Classification (SIC) is 3161. This request for quotation consists of the following items or equal: Item 0001: Qty, 300 EA, Eagle Creek Tarmac ES Wheeled Luggage, 28 inch. Color: Black. Item 0002: Qty, 1 EA, Shipping. Product Requirement Characteristics: Equipment color Black. Touch Point? Handle System, ergonomic handle and durable straight tubes. Sole Patch corner guards to protect critical wear points with TPU (thermo plastic urethane). Durable kick plate and wheel housing to protect the bag from urban obstacles such as stairs, curbs and taxi trunks. Auto Cinch system to compress the load cleanly without any hanging straps. ORV (off road vacation) wheels (oversized wheels). Lockable zippers. Expandable main compartment to add 2.5 inch or an extra 15 percent capacity. Opens like a book for easy packing and unpacking. Capacity within 200 cu. in. of 5525 cu. in. Expandable capacity shall be within 200 cu. in. of 6400 cu. in. Dimensions shall be within 1 inch of 28 inch x 18 inch x 13 inch (H x W x D). Fabric, 100 percent Cordura Nylon (420D HT Ripstop Cordura? Nylon, 500/420D Double Box Cordura? Nylon,1000D Cordura? Nylon). Weight shall be within 1lb of 11.5lbs. Shall have a handle on the top and one handle on the side of the bag. Shall have at least two zippered pockets on the front side of the bag. Warranty Information, lifetime warranty, workmanship and materials shall be guaranteed against defect or malfunction for the life of the product. If product proves defective during the course of normal use, it shall be repaired or replaced free of charge. Warranty shall include ?No Matter What? damage policy or equal. If the luggage is ever damaged (even by the airlines) it will be repaired or replaced free of charge, no matter what happened to it for the life of the product. The product's lifetime specifically refers to the life of the product, or at such a time that, through normal use, the product can no longer function for the specific purpose intended. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price only. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. 5352.201-9101 Ombudsman (10AUG05). DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to fax number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 20 June 2006. The point of contact for this solicitation is Kyle Krieman, SSgt, Contract Specialist, (707) 424-7722, kyle.krieman@travis.af.mil. Alternate point of contact is Eric Heaton, Contracting Officer, (707) 424-7664, eric.heaton@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: USA
 
Record
SN01067911-W 20060614/060612220711 (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.