Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
SOLICITATION NOTICE

13 -- Escalation of Forces Kits

Notice Date
2/22/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W91SQE801277000
 
Response Due
2/27/2008
 
Archive Date
8/25/2008
 
Point of Contact
Name: Jennifer Cordeiro, Title: Contract Specialist, Phone: 3157723406, Fax: 3157728277
 
E-Mail Address
jennifer.cordeiro@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 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 W91SQE801277000 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 423830 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 2008-02-27 12:00:00.0 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, 8 Traffic Control Point Kit (8 Kits). COMPLETE KITS MUST BE DELIVERED AND RECEIVED BEFORE MARCH 10TH, 2008. Items Included in Each Kit are: 6 Power Flares (Power Flare: PF-PF200-R-Y). See attachment for salient characteristics. 6 Accompanying Power Flare Carry Bags (Power Flare: PF-BAG6-O). See attachment for salient characteristics. Six 36 inch traffic cones (Safety Flag Co.: CSP-36). See attachment for salient characteristics. 1 Voice Response Translator (IWT: VRT). See attachment for salient characteristics. One 15 Foot Spike Strip (Federal Signal: 90200-FS). See attachment for salient characteristics. Two 10 foot speed bumps (PMG Inc.: SBM-3A). See attachment for salient characteristics. 1 Transport Case (Pelican: 1610-001-110). See attachment for salient characteristics., 8, Kits; LI 002, Convoy Kits (4 Kits). COMPLETE KITS MUST BE DELIVERED AND RECEIVED BEFORE MARCH 10TH, 2008. Items Included in Each Kit are: 2 Speaker/Siren Combos (Federal Signal: 690100). See attachment for salient characteristics. 4 Surefire Scout Light Kit (Surefire Scout Light Kit: M600A). See attachment for salient characteristics. 4 Individual Weapon Green Laser Pointer (BE Meyers: BTMK-2S). See attachment for salient characteristics. 1 Mini Green Beam Weapon Laser Glare Mout (BE Meyers: 532P-M). See attachment for salient characteristics. 1 Glare Mout Weapon Mount Accessory (BE Meyers: 532P-M-R14B). 1 Glare Mout Remote Pressure Switch Accessory (BE Meyers: 532M-R03T). 2 Magnetic Handheld Spotlight 10M Candlepower 24 Volt Military Light (Larson Electronics: HLM-5M-EOF). See attachment for salient characteristics. One 24 Inch Cube Case (Pelican: 0370-001-110-EOF). See attachment for salient characteristics., 4, Kits; LI 003, (Separate Item Not Included in Kits) Emergency First Aid Blankets. BLANKETS MUST BE DELIVERED AND RECEIVED BEFORE MARCH 10TH, 2008. Salient Characteristics: 6 feet by 5 feet blanket. 56 pounds. Color black. Covers a burn patient or can be used to douse a fire or dangerous white phosphorous. 4 pouches individually boxed. (Water-Jel Fire Blanket-Plus (Pouch) P7260-04)., 8, 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, competed, 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: 52.203-6, 52.219-4, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 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 252.212-7001 are applicable to this acquisition: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. 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.) delivery of items must be received before March 10th, 2008. Award shall be made to the responsive, responsible quoter providing the lowest price in keeping with the terms of this request for quote. If equal is noted, the bidder is required to submit the specifications to jennifer.cordeiro@us.army.mil or fax to (315) 772-6406 by the close of bidding time. Equal will be submitted to user and user must deem equal item to be acceptable. No partial shipments unless otherwise specified. Assembled kits only must be shipped. Quote MUST be good for 30 calendar days after submission. New equipment ONLY, NO remanufactured products. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. Agencies require registration with the Central Contractor Registry (CCR) prior to award. Information can be found at www.ccr.gov. Agencies require completion of the Online Representations and Certifications Application (ORCA) prior to award. Information can be found at https://orca.bpn.gov/. Reference first paragraph of this synopsis entitled Description. Delete that portion of the paragraph which reads "and is issued as an Invitation For Bid (IFB) and substitute "is issued as a Request For Quotation (RFQ) in lieu thereof".
 
Web Link
www.fedbid.com (b-62713_06, n-10712)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01514895-W 20080224/080222224544 (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.