Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

75 -- Knife, Carabiner, Multi-Functional Tool, Pen, Lens Cloth

Notice Date
8/30/2007
 
Notice Type
Modification
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602-5220
 
Solicitation Number
W91CTS7232T065
 
Response Due
9/4/2007
 
Archive Date
3/2/2008
 
Point of Contact
Name: Jennifer Cordeiro, Title: Contract Specialist, Phone: 3157725441, Fax: 3157728277,
 
E-Mail Address
jennifer.cordeiro@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91CTS7232T065 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 423710 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, 4” Anodized Aluminum Knife. Salient characteristics: Outdoor cutlery raider 4” anodized aluminum handle knife, 3” stainless steel blade. Black or grey handle locking blade, comes with clip price includes one location laser engraving knife individually boxed. 200 grey handle with 10th Mountain logo (SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED). 200 all black with 10th Mountain logo. Dakota. (see attachments), 400, EA; LI 002, Carabiner with Compass and Key Ring. Salient characteristics: 4 3/4” in length. Metal carabiner with liquid filled compass. Nylon strap and key ring. One location laser engraving imprint area 1/8” H x 5/16” L (text only) needs to be included. (SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED). (see attachments), 1200, EA; LI 003, Outdoor cutlery. Salient characteristics: All stainless steel with L.E.D. light in handle. Implements include needlenose and regular pliers, blade, file, scaler, ruler, flathead screwdriver, phillips screwdriver, bottle opener, and can opener. Tools come in nylon pouch and are boxed. Black in color. One location laser engraving imprint needs to be included. Dakota. (SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED).(see attachments) , 576, EA; LI 004, Maglite solitaire with 3 blade “Alpine” knife. Salient characteristics: just over 3” in length. Powerful maglite that throws a beam up to 40 feet in the distance. Packaged together with Dakota’s 3 blade “Alpine” knife. Set includes one “AAA” battery and a key ring lanyard attachment. Knife contains 3 stainless steel implements including a blade, scissors and file. Knife is 2 1/4” closed with an anodized aluminum handle. Packaged in a black presentation box. Item color is black. Laser engraving on both items with same logo on each item. SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED). Dakota Part# K3A-1040. (see attachments), 400, EA; LI 005, Army Combat Uniform (ACU) Pen. Salient characteristics: customed ACU camouflage dome logo pen. Full color dome logo with up to 2 lines of black text on cap or barrell. The pen has a metal body, is 5 1/2 inches long, and has matte green trim. Black ink cartridge. Designed specifically for the army combat uniform (slides with no resistance into the left arm pen sleeve and with matte finish it blends better with the ACU). Color pattern most accurately matches the ACU pattern out of currently available ACU pens. Pocket clip also has matte finish. Twist-action mechanism. Dome top designed for clearer logo. One replacement ink cartridge included. Laser engraving on the pen also neeto be included (SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED).(see attachments), 1000, EA; LI 006, Army Combat Unifrom (ACU) Micro Lens Cloth. Salient characteristics: customed 10” x 10” micro fiber cloth sewn into pouch. ACU material with screen imprint on both sides. Imprint area is 13/4” x 1 3/4” and must be the same on both sides. Imprint needs to be in tonal colors. Convenient micro-fiber lens cloths with ACU design. Logo is designed to blend in with ACU pattern to allow for wear with the Army Combat Uniform. Unique product proven to be extremely useful in all types of environments. Lens cloth can be used to clean glasses, sunglasses, cell phones, scopes, camera lens, binoculars, computer screens, CD’s and DVD’s etc. Shines and cleans lens without scratching. Lens cloth with ACU pouch and stays attached to the inside of the pouch. (SET UP FEES AND PRINTING SHOULD BE INCLUDED IN TOTAL PRICE, OR IF WAIVED NEEDS TO BE INDICATED).(see attachments), 1000, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Offeror must comply with the following commercial item terms and conditions. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (The full text of FAR Provisions may be accessed electronically at http://farsite.hill.af.mil/ ) , FAR 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offeror’s, FAR 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: Award shall be made to the lower priced, timely, responsive quoter whom meets the required salient characteristics); 52.212-3 Offeror Representations and Certifications. DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items. The Offeror must comply with the following commercial item terms and conditions. FAR 52.252-2, Clauses Incorporated by Reference (The full text of FAR and DFAR Clauses may be accessed electronically at http://farsite.hill.af.mil/), FAR 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.),FAR 52.212-4, Contract Terms and conditions – Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. DFAR 252.204-7004 Alt A, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition, DFAR 252.232-7010 Levies on Contract Payments. The following Clauses cited within 252.232-7001 are applicable to this acquisition: 252.225-7001, 252.232-7003, 252.247-7023 and 252.225-7036. FBO- The “FBO” provision located under the Contract/Bidding Req instruction is amended to change the following,this solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB). FOB Destination CONUS (CONtinental U.S.) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-48342_07, n-7805)
(http://www.fbo.gov/spg/USA/DABJ/DABJ17/W91CTS7232T065/listing.html)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01391720-F 20070901/070830231222 (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.