Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

84 -- Padded Helmets and Flyers Goggles

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T6508
 
Response Due
7/7/2007
 
Archive Date
8/6/2007
 
Description
This is a combined synopsis/solicitation for commercial items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-07-T-6508. A subsequent solicitation document will not be issued. The Naval Surface Warfare Center, Panama City, FL intends to award a sole source firm fixed price commercial contract for the following: CLIN 0001 - 109 each Medium Padded Helmets P/N G022-4602-04; CLIN 0002 ?V 110 each Large Padded Helmets P/N G022-4602-05; CLIN 0003 - 109 each X-Large Padded Helmets P/N G022-4602-06; CLIN 0004 ?V 328 each Flyers Goggles P/N G022-4607-02. CLIN 0005- 62 each Medium Padded Helmets CLIN 0006- 62 each Large Padded Helmets P/N G022-4602-05 CLIN 0007- 62 each X-Large Padded Helmets CLIN 0008- 186 each Flyers Goggles P/N G022-4607-02 CLIN 0009- 10 each Flyers Goggles P/N G022-4607-02 These items are being requisitioned in support of United States Marine Corps (USMC). These items are manufactured by Gentex?? Respiratory Products of Rancho Cucamonga, CA 91730. These items are highly specialized systems that have undergone extensive testing and qualification under appropriate U.S. Marine Corp Authority. Under the qualification process, each item has been tested to perform to rigid requirements. Only those articles that have been successfully tested are qualified. The objective of this process is to verify that the items provide acceptable levels of safety and mission critical support throughout the operating range. The intent of the process is to provide maximum reasonable assurance that the mission can be completed and the item will not fail. Only these items, provided by Gentex have been approved for U.S. Marine Corp use. Offerors wishing to qualify items for future procurements may find out about the process for qualification by contacting Mr. Kevin Lang, NSWC PC Code E33, (850)-235-5485, kevin.lang@navy.mil. FOB Destination: Deli very Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for th is solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disa bilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificat e (APR 2003); and 252.232-7003 Electronic Submission of Payment Reques ts (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by July 7th at 2:00 P.M. Offers can be e-mailed to Kayla.casey@navy.mil or faxed to 850-234-4197. Reference RFQ # N61331-07-T-6508 on your proposal. Numbered Note 22 applies. NAICS 336413, FSC 8475 (500 Employees). Point of Contact is Kayla Casey, Contract Specialist, Phone 850-230-7072, Fax 850-234-4197, Email Kayla.casey@navy.mil
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01330711-W 20070630/070628231627 (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.