Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

84 -- Luggage

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
448320 — Luggage and Leather Goods Stores
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
F2F1038240A003
 
Archive Date
9/27/2008
 
Point of Contact
Thomas M Kovarovic, Phone: 850-884-1268
 
E-Mail Address
thomas.kovarovic@hurlburt.af.mil
 
Small Business Set-Aside
N/A
 
Description
Description: The Government has a commodities requirement for Luggage. The North American Industry Classification System (NAICS) code for this project is 448320 with a size standard of $6.5; the SIC code is 5948. The contract will be a single award, Firm-Fixed-Price type contract. This solicitation is set aside for 100% small business. The incorporated provisions and clauses are current to Fac 2005-26, Effective 12 Jun 2008. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Line Item 1: SAMSONITE - SILHOUETT 10 - HARDSIDE 29" SPINNER - (BLACK), 10 YEAR WARRANTY. QTY 55 EA (OR EQUAL) Line Item 2: SAMSONITE - SILHOUETT 10 - HARDSIDE 29" SPINNER - (RED), 10 YEAR WARRANTY. QTY 55 EA (OR EQUAL) Line Item 3: DELSEY - MERIDIAN PLUS (BLACK) - 29" SUITR TROLLEY, TEN YEAR WARRANTY QTY 55 EA (OR EQUAL) Line Item 4: DELSEY - MERIDIAN PLUS (PLATINUM) - 29" SUITR TROLLEY, TEN YEAR WARRANTY QTY 55 EA (OR EQUAL) FOB: Destination for delivery to Hurlburt Field, FL 32544. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors—Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to include technical specification and/or literature sufficient to support an “or equal” determination. It is the responsibility of each offeror to provide data supporting their proposed product(s) as an equal product to those listed in this combined synopsis/solicitation. Offeror shall submit offers to 1 SOCONS/LGCC, Attn: TSgt Thomas Kovarovic, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810 NLT 12 Sep 08; 4:00 PM local time. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2F3208133AC01. Offers may be emailed to thomas.kovarovic@hurlburt.af.mil. No fax offers will be accepted. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Price and technical acceptability as “or equal”. When combined, price and technical acceptability are approximately equal. FAR 52.212-3, Offeror representations and Certifications—Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR 52.211-6, Brand Name or Equal FAR 52.211-17, Delivery of Excess Quantities; FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; HF037 Wide Area Work Flow Statement (WAWF). The clause 252.232-7003 Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.219-28 Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combat Trafficking in Person FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, and FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American –Free Trade Agreement—Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7023, Transportation of supplies by sea; and AFFARS 5352.201-9101, OMBUDSMAN The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is TSgt Thomas M. Kovarovic, Contract Specialist, Phone (850) 884-1268, E-Mail: thomas.kovarovic@hurlburt.af.mil Contracting Officer is Mr. BK Stoeser (850) 884-3271
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebe8332835299d9f32d77ed2e2a2bb1b&tab=core&_cview=1)
 
Place of Performance
Address: 6 SOS, 820 Tully St, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01661369-W 20080907/080905222608-ebe8332835299d9f32d77ed2e2a2bb1b (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.