Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOLICITATION NOTICE

78 -- Physical Training Safety Belts

Notice Date
1/9/2008
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0002
 
Response Due
1/11/2008
 
Archive Date
3/11/2008
 
Point of Contact
Carmel Sanchez, 719-526-3837
 
E-Mail Address
Email your questions to ACA, Fort Carson
(carmel.sanchez@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-08-T-0002. This solicitation is issued as a Request For Quotation (RFQ) under simplified acquisition procedures, which incorporates provisions and claus es for commercial items in effect through Federal Acquisition Circular 05-18. This procurement is 100 percent set-aside for Small Businesses. The NAICS code is 339920. The small business size standard is 500 employees. The contractor shall provide the following items: CLIN 0001  Physical Training Safety Belt  Length 22 to 54, Width: 2. The 2 inch wide elastic belt adjusts from 22 inches to 54 inches and fastens with a plastic quick release buckle. Belt features a silver retro-reflective band between two neon green fluorescent bands. Silver band has black lettering that says WARHORSE and black drawing of the 4ID patch insignia. The insignia drawing is located approximately 2 inches from the buckle on the non-adjusted side. The lettering is 2 inches from the far side of the insignia, further away from the buckle; quantity 3,800. CLIN 0002  Excellence sleeve  cloth sleeve the same color as the belt that slides over the 2 inch wide belt and can accommodate the sewing of a 2 5/8 inch diamete r patch; quantity 3,800. A sample of the belt and sleeve shall be sent to the customer for design approval before production and shipment of belts. All items must be delivered by the delivery date specified in the solicitation. Applicable Federal Acqu isition Regulation (FAR) provisions and clauses include but are not limited to: 47.303-6 (FOB Destination), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation  Commercial Items), 52.212-3 (Offeror Representations and Certificatio ns  Commercial Items), 52.212-4 (Contract Terms and Conditions  Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders  Commercial Items), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregat ed facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.232-33 (Payment by Electronic Funds Transfer  Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.252-2 (Clauses Incorpo rated by Reference), 252.204-7004 (Alternate A  CCR), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payment Program), 252.232-7003 (Electronic Submission of Pa yment Requests). These clauses and provisions may be viewed at http://acquisition.gov/far/index.html. The Contractor must be registered on Central Contractor Registration (CCR) in order to be eligible for the award. CCR registration can be accomplished at the following website, http://www.ccr.gov. Offerors are required to complete and include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposals or complete online representations and cer tifications via the following website https://orca.bpn.gov. In addition to the listed FAR provisions and clauses, all offerors must provide a contractor identification code which is currently the Dunn and Bradstreet Data Universal Numbering System (DUNS) number. Evaluation--Commercial Items applies to this acquisition. The Government intends to make a single award to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the gover nment, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the contract ors ability to meet the Governments delivery date of 25 January 2008, technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the propose d PT Belts meets the salient physical, functional, or performance characteristics. Contractors shall include in their offer descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Cont racting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. Contractors are required to provide a statement stating that they can meet the Governments required delivery date. Once an offer has been determined to be technically acceptable, including delivery date, then the Offeror with the lowest evaluated price will be awarded the delive ry order. Offers must be received no later than 4:00 PM MT, January 11, 2008. Offers may be faxed to 719-526-5333, or emailed to carmel.sanchez@us.army.mil.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01482071-W 20080111/080109224356 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.