Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2006 FBO #1836
SOLICITATION NOTICE

35 -- Embroidery Sewing Machine

Notice Date
12/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92239-07-T-0006
 
Response Due
12/11/2006
 
Archive Date
12/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATON WILL NOT BE ISSUED. The solicitation number H92239-07-T-0006 is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a 100% set aside for small business and the NAICS Code is 423830 with a size standard of 100 employees. All responsible sources will be considered. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for an Embroidery Sewing Machine to use in the Parachute Rigger Facility (PRF). This requirement is for one Embroidery Sewing Machine (Tajima Model TFMX1501) that meets the minimum specifications and services listed below. 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 the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition Please reference request for quotation number H92239-07-T-0006 on all documents and inquiries pertaining to this solicitation. Minimum Specifications/Services: -Must have a single head with 15 needle capacity. -Must have a 47mm arm stroke. -Must have the capablility to sew 1200 stitches per minute. -Must have a safety beam sensor capabiity to prevent injury or damage to operator or materials. -Must have an emergency stop button that will safely stop the machine without having to reboot the operating systems programmed job order. -Must have Windows based operating system. -Must provide set-up. on-site training, and software training. -Must have technical support able to respond on site within 24 hrs of requested repair and/or service. -Must have telephonic technical support seven days a week for trouble shooting. -Include shipping and set-up to the end-user at Fort Bragg, NC 28310. QUANTITY. One (1) Industrial Embroidery machine. EVALUATION AND AWARD. Award will be made to the responsible offeror whose quote conforms to this solicitation and is the ?Best Value? to the Government. The following evaluation factors, in descending order of importance, shall be used to evaluate the offers: (1) technical acceptability (including technical support), (2) delivery, (3) price, and (4) past performance. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall be active in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov/ PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. 52.219-6 Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-23, Assignment of Claims, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.204-7, Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.233-2 Service of Protest, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.246-25 Limitation of Liability-Services, 53.253-1 Computer Generated Forms, 252.232-7003 Electronic Submission of Payment Requests, 5652.201-9002 Authorized Changes Only by Contracting Officer, 5652.204-9002 Instructions for use of Electronic Contracts, 5652.233-9000 Independent Review of Agency Protests. FULL TEXT: 52.212-2 Evaluations-Commercial Items: (SEE EVALUATION AND AWARD CRITERIA LISTED ABOVE); 52.212-3 Offeror Representations and Certifications-Commercial Items and must be returned with the quote; 52.212-5,Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items(Deviation). 52.252-1 Solicitation Provisions Incorporate By Reference: http:// farsite.hill.af.mil; 52.252-2 Clauses incorporated by reference: http:// farsite.hill.af.mil. 52.252-6 Authorized Deviations In Clauses, (b) Defense Federal Acquisition Regulation (DFAR). (48 CFR CH 2) 252.204-7004 Alt A Required Central Contractor Registration Alternate A, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5652.233-9000 Independent Review of Agency Protests, 252.232-7010 5652.233-9000 Independent Review of Agency Protests Levies on Contract Payments. PROPOSALS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization (2) total price (3) technical information (4) acknowledgement of any amendments that may be issued (5) FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. Questions concerning this solicitation shall be submitted in writing to MAJ Mike McNeill at mcneillm@soc.mil not later than 4:00 p.m on Wednesday, December 6, 2006. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (MAJ Mike McNeill), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 11 December 2006. Please provide revised quotes via e-mail or fax. It is the contractor?s responsibility to verify receipt. The POC for this RFQ is MAJ Mike McNeill, (910) 432-9957, E-mail mcneillm@soc.mil .
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01190558-W 20061206/061204220851 (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.