Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

84 -- Individual equipment

Notice Date
6/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F3MT248156A001
 
Response Due
7/1/2008 10:00:00 AM
 
Archive Date
7/16/2008
 
Point of Contact
Diane N Williams,, Phone: 910-243-2176
 
E-Mail Address
williamsdi@jdi.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to change item description of CLIN 0009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation and written solicitation will not be issued. The Purchase Request F3MT248156A, issues as Request for Quotation (RFQ), and is 100% Set Aside for Small Business. This solicitation documents incorporates provisions and clauses in effect through Federal Acquisitions Circular 2005-25. The associated North American Industrial Classification Standard (NAICS) Code is 423910, Size Standard 100 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Some of these items called for by this RFQ have been identified in the schedule by "brand name only" or "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for purchasing activity to determine whether product offered meets the salient characteristics of the requirement The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Socks, Darn Tough Hike-Trek Coolmax Boot Full Cushion, color: Navy or Forest Backcountry Edge P/N DRNQ8206M or equal Qty: 500 PR CLIN 0002 Socks, Darn Tough Hike-Trek Meriono Wool Boot Cushion, Color: Black or Denim, Backcountry Edge P/N DRNQ8203M or equal Qty: 500 PR CLIN 0003 Bag, MSR Dromedary, 2 liter, Color: Black, Moosejaw P/N 210551 or equal, QTY: 150 EA CLIN 0004 Bag, MSR Dromedary, 4 liter, Color: Black, Moosejaw P/N 210551 or equal QTY: 150 EA CLIN 0005 Kit, Hydration Mountain Safety Research P/N 57060 or equal Qty: 150 EA CLIN 0006 Hammock, Hennessy Ultralite, REI or equal, Qty 150 EA CLIN 0007 Duffel, The North Face Rolling Thunder Size: 34" Color: Black REI P/N 764201 or equal Qty: 150 CLIN 0008 Compass, MC-2G Sighting Mirror with Global Needle and Metric Scales, Suunto P/N 51-MC2G-MM Global Metric, Qty: 150 EA CLIN 0009 Flashlight, E2E Executive Elite, Type III Hard Anodized, Color: Black, Sure Fire P/N E2E Qty: 150 EA CLIN 0010 Filter, Red F/E2E Surefire P/N F05, Qty: 150 CLIN 0011 Filter, Infrared F/E2E Surefire P/N F03, Qty: 150 This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contracting Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Technical Acceptability (2) Price (3) Delivery. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price, price slightly more important than delivery. Offer shall provide at less two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR 52.204-7 Central Contractor Registration, FAR 52-211-6 Brand Name or Equal, FAR 52.212-2, Evaluation Commercial, is applicable to this requirement with the following Clause agenda to paragraph (a), The government will award a contract(s) resulting from the solicitation to the responsible offeror(s) conforming to this solicitation will be most advantageous to the Government, price and other factors considered. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items. Online Representations and Certifications (ORCA) are considered acceptable to meet this clause requirement; otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 01 July 2008. The preferred method for submitting quotes is by email (williamsdi@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Diane Williams at (910)243-2176. Any questions referencing this solicitation will be submitted in writing via email at williamsdi@jdi.socom.mil, not later than 23 Jun 2008. The point of contact for this solicitation is Diane Williams, Contract Specialist at (910)243-2176 or email listed above. Point of Contact Diane Williams, Contract Specialist, Phone 910-243-2176, Fax 910-243-0249, Email williamsdi@jdi.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2c2bb7f4e22d6f027e16b236efef469&tab=core&_cview=1)
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACT OFFICE, MALVESTI RD, BLDG 3-1947, POPE AFB, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01600164-W 20080626/080624220650-e2c2bb7f4e22d6f027e16b236efef469 (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.