Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2008 FBO #2231
MODIFICATION

51 -- EOF Supplies

Notice Date
1/3/2008
 
Notice Type
Modification
 
Contracting Office
2175 Macomb Street, Fort Bragg, NC 28310
 
ZIP Code
28307-0120
 
Solicitation Number
W90MUU73370001
 
Response Due
1/4/2008
 
Archive Date
7/2/2008
 
Point of Contact
Name: Lisa Turner, Title: Contract Specialist, Phone: 9109075113, Fax:
 
E-Mail Address
lisa.m.turner1@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 W90MUU73370001 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 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 424990 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 2008-01-04 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BRAGG, NC 28310 The USA ACA Ft. Bragg requires the following items, Meet or Exceed, to the following: LI 001, Contico Pro Tuff Bin- 1RG71- Contico 3725 Work bin tool storage 9 Cubic feet, height 20 inches, length 37 inches w/ key lock, 57, EA; LI 002, Bull Horn/ Megaphone - 4H973, 57, EA; LI 003, C cell Batteries- 6 pk- 3WA31, 57, EA; LI 004, Spot Light- 1PKL3- 5M CP, 57, EA; LI 005, Green laser pointer- peak power less than 5mw, wave length 532 nm, class 3A laser pointer, 57, EA; LI 006, Orange Traffic Cones 28"- 3T922, 114, EA; LI 007, Chem Light- OMNIGLOW 90800101 Lightstick Color Green Size 6 In Duration 12 Hours Maintenance Free 4 Year Shelf , 570, EA; LI 008, Flashlight- 1AGR6, 114, EA; LI 009, D Cell Batteries-6pk- 3WA30, 57, EA; LI 010, Tow Straps- 2A182- TUFF-EDGE TS1802TX20 Vehicle Recovery Strap Rated Capacity 5300 Pounds Breaking Strength 16000 Pounds Web Tensile Strength 20000 Pounds Length 20 Feet Width 2 Inches With Polymer Edge Nylon Web Strap, 114, EA; LI 011, Bungee Cord- 4NE12- 48", 114, EA; LI 012, Vehicle Marking Red Flags- 1EKR7, 114, EA; LI 013, Zip Ties- 3LP21- THOMAS & BETTS L11500C Standard Cable Tie Length 11.1 Inches Width 0.19 Inches Minimum Loop Tensile Strength 50 Pound Load Maximum Bundle Diameter 3 Inches Color Black Outdoor Package 100, 57, EA; LI 014, Shackles, 7/8 Screw Pin Type- 2XY26, 114, EA; LI 015, Snips, Offset- 1UG15, 57, EA; LI 016, Chain 3/8", 20 ft- CM 601840C20 Grade 30 Proof Coil Steel Chain Trade Size 3/8 Inch Length 20 Feet Working Load Limit 2650 Pounds 3 System, 57, EA; LI 017, Hallagan Tool/ Dynamic Entry Tool- Serial Number DE-SOHT NSN: 5120-01-507-1498 The Dynamic Entry SparkArrestor Hallagan breaching tools are the only non-conductive and non-sparking tools of their kind available to law enforcement agencies. A unique combination of metal alloys and casting orientation techniques make both working ends non-sparking, essential in accidents or entry actions in volatile environments. Dynamic Entry has straightened and redesigned the forked end and horn, and upgraded the adz into a wedge for maximum leverage. Wt: 7.5 lbs 24 inches , 57, EA; LI 018, VS-17 Panels- Marker Panels, 57, EA; LI 019, Hook w/ Springs- CM 2YV37 Hook Sling Hook Style Clevis Pin Design Working Load Limit 4300 Lb Trade Size 9/32 In Grade 100 Steel For Use With Grade 100 Chain Gray Paint Finish Meets OSHA ASTM and NACM Standards , 114, EA; LI 020, Fire Retardant Blanket- SELLSTROM 97450 Emergency Fire Blanket Length 6 Feet Width 5 Feet Fiberglass Red Hanging Pouch For Use in Plants Rescue Vehicles Schools Offices and Utility Trucks , 57, EA; For this solicitation, USA ACA Ft. Bragg 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. Bragg 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to lisa.m.turner1@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2008); 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-60591_02, n-10189)
(http://www.fbo.gov/spg/USA/DABK/DABK07/W90MUU73370001/listing.html)
 
Place of Performance
Address: FORT BRAGG, NC 28310
Zip Code: 28310
Country: US
 
Record
SN01479002-F 20080105/080103225157 (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.