Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

42 -- SAFETY EQUIPMENT

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
922120 — Police Protection
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-P-1497
 
Response Due
9/13/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items 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 item under N6101807RC04023. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): PART# DESCRIPTION QTY PRICE TOTAL HS276 Mesh Vest, Size Regular w/ Police 5 each HS276 Mesh Vest, Size XX Large w/ Police 5 each AP473 Mini Boom Headset MB Kenwood 10 each GL259 Exam Gloves Black, Large 8 boxes TN047 Handcuffs, Training 10 each SDO026 Towelette, Bioshield 1 pkg TE258 Pads, Elbow Neoprene w/ Cap 20 each TE257 Pads, Knee Neoprene w/ Cap 20 each EW119BLK Goggles, Tactical Black 18 each EW1121CLR Glasses, Shooting Black Frame Clear Lens 10 each BG135 Bag, Tactical 65 each LL140 Bag, Tactical Silver Shield F/ Bags Police 65 each BP166 Tactical Carrier w/ Police as listed: size 50-52 long size 50-52 regular size 42-44 regular size 38-40 regular size 46-48 regular size 46-48 long 28 each 2 each 4 each 2 each 5 each 23 each ZL702 Tactical Carrier w/ Police Custom P007 R20-D 10 each Freight (if applicable) GRAND TOTAL The required delivery date is September 11, 2007. FOB: Point Destination to the following address: NAVAL SUPPORT ACTIVITY, Bldg 3219, Code 081, 300 Highway 361, Crane, IN 47522-4000, 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 this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); 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: 52.222-3 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 Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 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 Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 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 13 September 2007. Offers can be emailed to tracey.dillard@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Tracey L. Dillard, Norfolk, VA.23511-3392. Reference N6101807RC04023, on your proposal. Numbered Notes 1 applies. NAICS 453998
 
Place of Performance
Address: 300 HIGHWAY 361, CRANE, IN
Zip Code: 47522-4000
Country: UNITED STATES
 
Record
SN01402980-W 20070913/070911222334 (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.