Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

65 -- FIRST AID KITS

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0350
 
Response Due
8/31/2006
 
Archive Date
12/31/2006
 
Description
The Defense Distribution Center has a requirement for the purchase of first aid kits for the Defense Distribution Center Susquehanna PA 17070. 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 being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Reference Request for Quotation SP3100-06-T-0350. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. The associated North American Industry Classification System (NAICS) code is 339113 and the small business size standard is 500 employees and is a 100% set-aside for small business. Clin Description Qty U/I U/Price Total 0001 Deluxe First Aid Kit 2700 EA $_____ $______ Emergency First Aid Line #1022 or Equal. The following is a description of the bag and its contents. Bag is black in color, 600 denier nylon bag, size is 12 1/2" w x 9" h x 5". Nylon bag will have handles and compartments for the items. Each kit shall contain the following: 40 adhesive strips, 7 children's adhesive strips, 3 knuckle bandages, 3 fingertip bandages 2 adhesive patches ( 2" x 3") , 5 butterfly closures 1 pressure bandage (4"), 1trauma dressing(5" x 9") , 5 gauze pads (4" x 4"), all patches and pads shall be sterile. 1 cold compress, 10 antiseptic wipes, 2 first aid ointments, 5 insect relief swabs, 2 conform bandages 2", 1 roll of tape, 1 triangle bandage, 1 first aid guide, 5 non-adherent dressings 2 x 3, 5 non adherent dressings 3 x 4, 1 elastic bandage, 1 burn relief cream pack, 2 pain relief tablets, 1 antacid tablet, 15 alcohol prep pads. Printing details: print ?DDSP? and ?SAFETY DO IT FOR LIFE? in yellow or gold print on front of bag. The lettering for ?DDSP? shall be 1? lettering and the ?SAFETY DO IT FOR LIFE? shall be 3/4?. The Government desires completion 60 days after award. Contractor?s proposed delivery: ________________days after receipt of contract. Delivery will be to Defense Distribution Center Susquehanna, Building 203, Door 12, DDSP-UAS, 5450 Carlisle Pike, Mechanicsburg, PA 17055. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. The following provision is hereby added: FAR 211-6, Brand Name or Equal. FAR provision 52.212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Quotation. Award will be based on the proposal that provides the total lowest delivered price for the above items and that meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature that clearly indicates the proposed meets all the government?s minimum requirements and the submission of past performance information that provides evidence that the contractor has a record of timely deliveries of product to customers. ?Descriptive Literature? means information (i.e. cuts, illustrations, drawings, and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the proposal. In response to this Request for Quotation, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, (Alternate I), price quotation, proposed descriptive literature and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this acquisition. Addenda to FAR 52.212-4: FAR 52.247-34 ? F.O.B. Destination. FAR Clause 52.212-5 ? Contract Terms and Conditions required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 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 FAR 52.222-21 - Prohibition of Segregated facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable 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, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchase FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities DFARS 252.225-7036 Buy American Act ? Free trade Agreements ? Balance of Payments Program All responsible small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. RFQ due date and time is August 31, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price quotation, descriptive literature for the above items, and past performance information may be submitted via one of the following methods: (1) E-mail to Elizabeth.wolf@dla.mil (2) Facsimile to 717-770-5689 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Elizabeth Wolf 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. For additional information you may contact Liz Wolf, 717-770-7442 or e-mail Elizabeth.wolf@dla.mil.
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER SUSQUEHANNA, BLDG 203 DOOR 13 DDSP-UAS, MECHANICSBURG, PA
Zip Code: 17055-0789
Country: UNITED STATES
 
Record
SN01115025-W 20060817/060815220116 (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.