Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

41 -- Individual Equipment

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
448110 — Men's 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F73STS70360100
 
Response Due
3/7/2007
 
Archive Date
3/22/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The Purchase Request Number F73STS70360100 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-15. This procurement is being issued as a 100% Service Disabled Veteran Owned Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 448110, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ 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 items 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 this solicitation. Offerors not providing technical information on equal items will be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Socks, Smartwool, Light Hiker, Color Dark Blue or Black, Size: 3 pr Small, 170 pr Med, 70 pr Lrg, 200 pr XLrg, 100 XXLrg, Total 543 pr, Mountain Gear PN 521069 or equal. CLIN 0002 T-Shirt, Duofold Mens Duo Dri, Cotton Short Sleeve, Size: 22 ea Small, 186 ea Med, 200 ea Lrg, 142 ea XLrg, 65 ea XXLrg, Total 615, Color: Coyote Brown, Champion Item No. CSS18C or equal. CLIN 0003 Mens Running Shorts, 5K Short 4.5 inch inseam with drawstring waist, Color: Black, Size: 100 pr Small, 200 pr Med, 200 pr Lrg, 150 pr XLrg, 50 pr XXLrg. Total 700 pr. Insport Item No. J112 or equal. CLIN 0004 Top, Lightweight crew neck , long sleeve, Color: Black, Size: 58 ea Small, 124 ea Med, 189 ea Lrg, 146 ea XLrg. Total 517 ea. Patagonia Capilene or equal. CLIN 0005 Bottom, Lightweight, Color: Black, Size: 43 pr Small, 148 pr Med, 145 pr Lrg, 135 pr XLrg. Total 471 pr. Patagonia Capilene or equal. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 60 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Technical Acceptability (2) Price (3) Delivery. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price, price slightly more important than delivery. Offer shall provide at less two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). Online Representations and Certifications ORCA) are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005); FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial (Jan 2006); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items (Dec 2005), DFARS 252.204-7004 Alt A Central Contractor Registration (Nov 2003). DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005). QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3) insure Federal Tax ID info is included). (3) Acknowledgement and agreement with amendments, if used . (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 7 March 2007. The preferred method for submitting quotes is by email (davistl@jdi.army.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)2430249 the POC for confirmation is Travis Davis at (910)2430355. Any questions referencing this solicitation will be submitted in writing via email at davistl@jdi.army.mil, not later than 2 Mar 2007. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)2430355 or email listed above. Point of Contract Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davistl@jdi.army.mil
 
Place of Performance
Address: 3-1947 Malvesti Rd, Pope AFB, NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01230845-W 20070214/070212223908 (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.