Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

84 -- Tactical Deployment Gear

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3648101A001
 
Archive Date
9/25/2008
 
Point of Contact
Jason E. Tyree,, Phone: 3019812301
 
E-Mail Address
jason.tyree@afncr.af.mil
 
Small Business Set-Aside
N/A
 
Description
Procurement of Tactical Deployment Gear Body of Synopsis/Solicitation to be entered. 1. TACTICAL DEPLOYMENT GEAR FOR THE 316th SECURITY FORCES SQUADRON, TO BE DELIVERED TO 3537 SALEM ROAD ANDREWS AIR FORCE BASE. Request for Quotation F1D3648101A001 DUE 10 September 2008, 4:00pm Eastern Standard Time (EST). Point of Contact: TSgt Jason Tyree, 301-981-2301, Contracts Manager; 1Lt Shayla Canty, 301-981-2357, Contracting Officer. 2. 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. 3. This announcement constitutes the only request for quote; quotes are being requested and a written request for quote will not be issued. 4. This request for quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080812. 5. The North American Industry Classification System (NAICS) code is 315211 and the business size standard is 500 employees. 6. Contract Line Items, description, and quantities are as follows (brand name or equal): 0001AA $_____________SILK WEIGHT (DRIFIRE or equal) T SHIRT Level-1 Sand Color, Fire Retardant 210 each (small) 750 each (medium) 860 each (large) 580 each (X-large) 0002AA $_____________SILK WEIGHT (DRIFIRE or equal) BOXER BRIEFS Level 2 Sand Color, Fire Retardant 210 each (small) 750 each (medium) 860 each (large) 580 each (X-large) 0003AA $_____________SILK WEIGHT (DRIFIRE or equal) LONG SLEEVE SHIRT Level 2 Sand Color, Fire Retardant 120 each (small) 540 each (medium) 420 each (large) 120 each (X-large) 0004AA $____________SILK WEIGHT (DRIFIRE or equal) LONG PANT level 3 Sand Color, Fire Retardant 120 each (small) 540 each (medium) 420 each (large) 120 each (X-large) 0005AA $ ____________LIGHT WEIGHT (DRIFIRE or equal) BALACLAVA (SINGLE LAYER) Sand Color 150 each 0006AA $____________Modular Sleeping Bag (35 degree) w/sack 75 each 0007AA $____________Combat ID kit to include one infrared flasher; one 9 volt battery; one Flag, US, Left Infrared, OD; one Flag, US, Left Infrared, RWB; one Flag, US, Left Infrared, Desert; one Marker, Helmet (Schim)) 75 each 0008AA $ ___________Waterproof socks 300 each 0009AA $____________Camelbak 3 liter or equal 150 each 0010AA $____________BattleLab Molle Hydration Pouch or equal 150 each 0011AA $____________Accessory kit 1 to include one BattleLab Tactical Access Kit Bag Large or equal, one GI Earplug w/plastic Case, one FUSE Tool Black Finish w/BK Nyl Sheath, one CR123A Batteries (1 Dozen) or equal, one SF Combatlight Nitrolon, one SF Red Filter Assembly, one Original Krill Lamp/ 360, two Battery, AA, Generic, two Grimloc Locking D-Ring, two BodyGlide Skin Formula 2.5oz or equal, five Sawyer Max Deet or equal, one Water Purification Tablets 50ct, one PVS-14/7 NVG Mount, one MICH Helmet Adapter, one Military Style Coordinate Scale UTM/MGRS, one BL CG Sling- Single Point BK, one Bottom Line Reflective Belt (Adjustable), one Tactikka XP Headlamp Single LED Tan or equal 75 each 0012AA $______________Accessory kit 2 to include one BattleLab Tactical Access. Kit Bag Large or equal, one ESS Ice Eyeshield 2.4, one ESS Profile NVG Goggle, one Heavy Duty Work and Rappel Glove, one Hatch Puncture Protective Glove, one Rigger Belt BLACK, two Dermatone 4 oz Bottle w/Z-Cote or equal, two Dermatone Z-Cote.5 oz. Tin or equal 75 each 0013AA $_____________Grimloc-Tan Diamondback Tactical Product or equal 300 each 0014AA $_____________Weapons cleaning sub assembly to include one birk bag, one M-16 cleaning kit, one Gun Cleaning Swabs-223 1.5x1.5 (1000ct), one Gun Cleaning Swabs.30 2x2 Pads (1000ct)75 each 0015AA $_____________Oakley M Frame sets (case w/grey & clear lens) or equal 30 each 0016AA $_____________PROTECTIVE COMBAT UNIFORM Level 2 Long Sleeve Shirt (Sand only) 60 each (small) 270 each (medium) 210 each (large) 60 each (X-large) 0017AA $____________PROTECTIVE COMBAT UNIFORM Level 2 Pant (Sand only) 60 each (small) 270 each (medium) 210 each (large) 60 each (X-large) 0018AA $_________PROTECTIVE COMBAT UNIFORM Level 3 Shirt (Sand only) 60 each (small) 270 each (medium) 210 each (large) 60 each (X-large) 0019AA $_________PROTECTIVE COMBAT UNIFORM Level 7 Loft Jacket (Brown only) 60 each (small) 270 each (medium) 210 each (large) 60 each (X-large) 0020AA $_________PROTECTIVE COMBAT UNIFORM Level 7 Loft Pant (Brown only) 60 each (small) 270 each (medium) 210 each (large) 60 each (X-large) Total (delivery included):$____________ 5. Contact the Point of Contact (POC) stated herein for any questions. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and potential purchase order purposes. 6. Delivery: Acceptance shall be made at destination. All items must be delivered to the destination stated in the request for quote 60 days or less after date of contract. 7. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Quoters shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Purchase Order. The Government plans to award to a single purchase order resulting from this solicitation.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single purchase order to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the request for quote, who quotes the lowest price and most reliable delivery of 60 days or less. The Government reserves the right to judge which quote show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 8. Offerors are required to complete and include a copy of the following provisions with their quote (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 9. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.223-13 -- Certification of Toxic Chemical Release Reporting, FAR 52.222-50 -- Combating Trafficking in Persons. 10. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective quoters must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. This notice does not obligate the Government to award a purchase order, it does not restrict the Government’s ultimate approach nor does it obligate the Government to pay for quotation preparation cost. 11. Contact TSgt Jason Tyree at 301-981-2301 or e-mail jason.tyree@afncr.af.mil for questions. Questions will not be accepted after 12:00 PM Eastern Standard Time (EST), 9 September 2008. Quotes must be received no later than 4:00PM EST, 10 September 2008. Proposals can be emailed to jason.tyree@afncr.af.mil, faxed to: 301-981-1910 or mailed to: 316th CONS/LGCBA, ATTN: TSgt Jason Tyree, 1535 Command Drive, E-206, Andrews AFB, MD 20762. Facsimile quotes will be accepted at 201-981-1910. Quoters will not be able to hand deliver quotes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb2c21f1a72317965550b61223108803&tab=core&_cview=1)
 
Place of Performance
Address: 3537 Salem Road, Andrews AFB, Md 20762, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01662942-W 20080910/080908221012-fb2c21f1a72317965550b61223108803 (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.