Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

81 -- Solicitation W912J6-08-T-0005 is being issued as a Request for Quotation. COMMERCIAL DESCRIPTION: SPECIALIZED SHIPPING AND STORAGE CONTAINERS for 293 CBCS, 25 Loko Drive, Bldg 3382, Hickam AFB, HI 96853-5517

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316991 — Luggage Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 154 WG/LGC, 154 WG/LGC, Hickam Air Force Base, Hickam AFB, HI 96853-5517
 
ZIP Code
96853-5517
 
Solicitation Number
W912J6-08-T-0005
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Cezar deVeas, 808-448-7329<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being advertised; proposals are being requested and a written solicitation will be issued. (II) Solicitation W912J6-08-T-0005 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-23. (IV) This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 316991, standard industrial classification 5088. (V) COMMERCIAL DESCRIPTION: SPECIALIZED SHIPPING AND STORAGE CONTAINERS for 293 CBCS, 25 Loko Drive, Bldg 3382, Hickam AFB, HI 96853-5517. (VI) FOB POINT IS ORIGIN (VII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. (VIII) The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer. The following factors shall be used to evaluate offers: Price and delivery schedule. Therefore all quoters must submit, their best price and best delivery schedule. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. (IX) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and 252.212-7000, Offer Representations and Certifications-Commercial Items (offerors shall include a completed copy as part of their quote). (X) FAR 52.212-4, Contract Terms and Conditions are incorporated by reference and apply to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XI) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XII) The following provisions and clauses are incorporated by reference: CLAUSES INCORPORATED BY REFERENCE 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-6 Brand Name or Equal AUG 1999 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jun 2008) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I DEC 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture SEP 2006 52.232-28 Invitation to Propose Performance-Based Payments MAR 2000 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-15 Stop-Work Order AUG 1989 52.247-29 F.O.B. Origin FEB 2006 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments JAN 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings MAR 2006 252.225-7036 Alt I Buy American--Free Trade Agreement--Balance of Payments Program (Mar 2007) Alternate 1 OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 (XIV) N/A (XV) Offerors are requested to submit questions to the email address noted below not later than 2:00 PM Hawaii standard time, 12 September 2008. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 154 MSG/CON, 360 Mamala bay Drive, BLDG. 3417, Hickam AFB, Hawaii 96853-5517, by 24 September 2008 10:00 AM. Hawaii standard time. Email quotes will be accepted at cezar.deveas@hihick.ang.af.mil Any of the above information is protected under the Privacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is SSgt Sarah Medeiros (808) 448-7216.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cda6fc8004396966d2464d4be869d3c&tab=core&_cview=1)
 
Place of Performance
Address: Hawaii ANG - 293 CBCS 25 Loko Drive, Bldg 3382 Hickam AFB HI<br />
Zip Code: 96853-5517<br />
 
Record
SN01663819-W 20080911/080909220551-5cda6fc8004396966d2464d4be869d3c (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.