Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

78 -- Paintball Equipment

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2XJA87228A001
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XJA87228A001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 date 04 Aug 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the HQ AFOATS/OTC on Maxwell AFB, Alabama. This acquisition is being issued as a 100% set-aside for small business concerns. The North American Industrial Classification System Code is 423910 with a small business size standard of 500 people. This is an all or nothing requirement, you must be able to quote and provide all items requested. Manufacturer for several items listed is Real Action Paintball Inc,(RAP4.COM) please submit quotes on brandname or equal. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: 1 each; .43 Caliber Paintballs 8000 (1 box) color; red CLIN 0002: 1 each; .43 Caliber Paintballs 8000 (1 box) color; yellow CLIN 0003: 16 each; .43 Plastic Paintball Cases (bag 500) CLIN 0004: 16 each; .43 Paintball Alloy Casings (bag 500) CLIN 0005: 8 each; RAP4 Flexi-Air Charger Adaptor; Item: 000690 CLIN 0006: 70 each; X-Ray Vision Goggle (single lense); Item:020055 CLIN 0007: 1 each; High Power Fill Station; Item: 000380 CLIN 0008: 1 each; Fill Station Scale; Item: 000510 CLIN 0009: 2 each; Bulk 20lbs CO2 Tank; Item: 020262 CLIN 0010: 70 each; RAP4 METS Special Edition; Item: 014449 CLIN 0011: 8 each; 20oz CO2 cylinder; Item: 014449 CLIN 0012: 2 each; NVMT Night Vision Multitask 3X42 Gen 1 Waterproof CLIN 0013: 1 lot; Shipping to Maxwell AFB AL 36112 QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section; price. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified acquisition procedures based on price and technical. For quotations determined technically acceptable, no exception should be taken to the specifications (CLIN 0001-0012) and requirements of this RFQ. Once offeror (s) are determined technically acceptable, award will then be based on price. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating technical, award will then be made to the lowest price technically acceptable offeror. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006), FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I (Apr 2002), The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration (Oct 2003), Add paragraph (v) FAR 52.232-18, Availability of Funds (Apr 1984), Add paragraph (w) AFFARS 5352.201-9101 Ombudmans (Aug 2005). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-19, Child Labor, Child Labor?Cooreration with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004), and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: Buy American Act and Balance of Payments Program (Apr 2003).The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2006) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 1:00 pm Central Daylight Savings Time (CDST) on 19 Sep 07. Submit written quotes and anticpated delivery date; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All quotes must be faxed to (334) 953-3543 attn:Suzanne T. Carter, e-mailed to suzanne.carter@maxwell.af.mil, or mailed to 42 CONS/LGCB,ATTN: Suzanne Carter, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: MAXWELL AFB
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01407223-W 20070916/070915194054 (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.