Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

42 -- Entry Control Point Kit

Notice Date
7/30/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, Building 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-08-T-3801
 
Response Due
8/4/2008
 
Archive Date
1/31/2009
 
Point of Contact
Name: Jose Tollinchi, Title: Contingency Contracting Officer, Phone: 7852399318, Fax: 7852395178
 
E-Mail Address
jose.tollinchi@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 W911RX-08-T-3801 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 313210 with a small business size standard of 1,000 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 2008-08-04 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 66442 The USA ACA Fort Riley requires the following items, Meet or Exceed, to the following: LI 001, Galls Deluxe Thunder MegaphoneFFPshoulder strap with automobile stand; microphone with 25" long cord; 25 watts; 900 ft projection; whistle and 4 siren sounds; press to talk switch; revolver switch for selecting sounds; feedback suppressing circuitry; durable plastic construction; uses 8 C-cell batteries.FOB: Destination, 70, EA; LI 002, 15' Trooper Spike SystemFFPconstructed of molded dupont Zytel and flexible nylon with stainless steel hardware; expands to 15' long; 1-4/5" L self-adjusting steel spikes; deployment spool/handle; spike installation tool; 5 year warranty; measures 3-1/2" H x 17 1/2"W x 20"L.FOB: Destination, 80, EA; LI 003, 28" Reflective Traffic Cones HS021FFPreflective collars for day or night visibilty; heavy duty PVC traffic construction; weighted bottoms for stability; meets MUTCD requirements; Box comes with 5 cones.FOB: Destination, 80, EA; LI 004, ASMC Slashing Microlight Warning LightFFPattached ring attaches to traffic cones for a secure fit; constant stream of amber light; heavy duty plastic construction ensures durability; requires 6V battery.FOB: Destination, 106, EA; LI 005, Galls Premium Combo Kit SirenFFPspeaker, siren, and switch panel are assembled into one kit; 100 watt speaker; neodymium driver; automatic short circuit protection; one internal 40 amp fuse; five covered external 20 amp fuses; fire resistant wiring.FOB: Destination, 76, EA; LI 006, ASP 21" Expandable Baton BA035FFPblack, chrome plated steel shaft; machine-foamed handle gripping surface; closed length of 7 3/4"; expanded length of 21"; weighs 16.5 oz.FOB: Destination, 96, EA; LI 007, Safariland Leather 21" / 26" Expandable BatonFFPblack laminate fits up to 2 1/4" belts; for us with 21" or 26" expandable batonsFOB: Destination, 96, EA; LI 008, 2 Million Candlepower Drill Style Rechargeable Spotlight SL079FFP10-12 hours AC charge time; 4-6 hours DC charge time; drill style design; 25 minute run time; equipped with LED map light; detachable 12 volt rechargeable battery; includes AC charger, stand and 10ft retractable storage reel DC cord; 13"H x 9 1/4"W x 7"L; weighs 4 2/5lbs.FOB: Destination, 92, EA; LI 009, Ergonomically Designed Inspection Mirrors with LightFFPergonomically designed inspection mirror with flashlight; design allows for one hand maneuverability; complete sets weighs less than 5 lbs; aluminum handles extend from 42" to 51"; equipped with adjustable swivel for infinite adjustment; heavy duty rim to help prevent damaging objects; 3.5" ground clearance; comes with flashlights; batteries and mounting bracket.FOB: Destination, 88, EA; LI 010, 20" Speed Bump Hand Truck Version AO30803FFPportable, reusable speed bump; made of durable materials; can be installed regardless of weather conditions; includes a hand truck for easy transport; no adhesive, torches, epoxy, dry time nedded for use.FOB: Destination, 84, EA; For this solicitation, USA ACA Fort Riley 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 Fort Riley 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. 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 jose.tollinchi@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 8 calendar 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c43cb8213243f6d078edf3fa1ed08bc5&tab=core&_cview=1)
 
Place of Performance
Address: Fort Riley, KS 66442
Zip Code: 66442
 
Record
SN01626580-W 20080801/080730221217-c43cb8213243f6d078edf3fa1ed08bc5 (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.