Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

62 -- Waterproof Flashlight

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-09-R-0006
 
Archive Date
12/4/2008
 
Point of Contact
Tiffany L. Garfield,, Phone: 813-826-6767, Susan M Griffin,, Phone: 813-826-7411
 
E-Mail Address
Tiffany.Garfield.ctr@socom.mil, griffi1@socom.mil
 
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. The solicitation number is H92222-09-R-0006 and is issued as a Request For Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 335129 with a small business size standard of 500 employees. This procurement is for Small Business Set-Aside. This procurement will be accomplished for 100% Small Business Set-Aside procedures for Commercial Off-The-Shelf items. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. Line item 001: QTY 400 battery operated, water activated flashlights. Light must be able to penetrate highly murky/turbid waters to allow operators trapped in a confined, water-filled space to be able to locate the light and then use the light to egress the vehicle and aid operators in doing the same. Light must be capable of being secured in a mounting cradle (Line item 002). Light must be able to be removed by one hand from the mounting cradle. Light must be waterproof to 100 meters (330 feet) and have an operating temperature range of -40C to 50C (-40F to 150F). The lights battery shall be capable of providing a 4 hour constant supply of light and have a 10 year shelf life. Required delivery date to below address is 30 days ARO. Line Item 002: QTY 400 water activated flashlight cradles capable of providing semi-permanent mounting provisions for Line Item 001 described above. Cradle must be capable of releasing Line Item 001 with one hand. Cradle must also have the ability to be affixed to a metal surface with out the use of welding or drilling to affect the installation. Procurement items should be delivered to the following address: SOFSA, 5749 Briar Hill Road, Building 221 Door 12, Lexington, KY, 40516-9723. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Contract Terms and Conditions-Commercial Items with addenda; FAR 52.212-2 Evaluation-Commercial Items with addenda: The Government intends to award Firm-Fixed Price (FFP) type contract resulting from this solicitation. Contract award shall be made to the offeror(s) whose proposal is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), and whose proposal conforms to the RFP requirements and is determined to represent the best value to the Government with appropriate consideration given to the major areas, listed in descending order of importance: Technical, Past Performance, and Price. Technical is significantly more important than Past Performance. Past Performance is significantly more important than Price. The Technical and Past Performance areas when combined are significantly more important than Price. Failure to comply with the instructions identified herein or mere acknowledgement or restatement of a requirement or task is not acceptable and may be cause for rejection. Each proposal will be evaluated to determine best overall value to the government, price and other factors considered. The Technical Area will be evaluated to determine the extent to which the contractor will supply a technically compliant, quality product within the required delivery schedule. The Past Performance will be evaluated to determine the extent to which the contractor has provided timely, quality products on previous contracts which would indicate their ability to meet their obligations on this requirement. Competition will determine the reasonableness of price. The Government will make appropriate trade-offs when required. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the government that might result in making only one award, split awards, or no award; particularly the risk to the Government from a delivery, technical integration, logistics, and administrative cost perspective. The Government may award a contract(s) on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror(s) best terms from a cost or price and technical standpoint. Absent an immediate award, a competitive range determination will be made in accordance with FAR 15.306(c) to limit discussions to the number that will permit an efficient competition among the most highly rated. Offerors are cautioned that an award may not necessarily be made to the lowest price offeror. The Government reserves the right to award multiple contracts, a single contract, or no contract. In order to be considered for award, offerors must clearly demonstrate the ability to meet at minimum the requirements identified herein; the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.232-33, Payment by Electronic Funds Transfer applies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items applies, DFAR 252.225-7001, Buy American Act and Balance of Payment Program applies. DFAR 205.470-2 Provision of Information to Cooperative Agreement Holders applies, DFAR 252.225-1101 Acquisition of Supplies applies, 252.232-7003 Electronic Submission of Payment Requests applies; SOFARS 5652.209-9003, Use of Contractor Support/Advisory Personnel as Contract Specialists. This requirement has been assigned a DO rating IAW the Department of Defense Priorities and Allocations System. Submit written offers, oral offers will not be accepted. The prospective offeror must be registered with the Central Contractor Registration (CCR) prior to award. Proposals should be on company letterhead in company format containing all information IAW FAR 52.212-1 and received no later than 2:00 p.m. EST, Wednesday, November 19, 2008, to ATTN: Susan Griffin at griffi1@socom.mil or via FAX (813) 828-7504. Should industry have any questions, please contact Tiffany Garfield at tiffany.garfield.ctr@socom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=646526a6e8f97bfd6e97094bc7545294&tab=core&_cview=1)
 
Record
SN01700968-W 20081107/081105214946-646526a6e8f97bfd6e97094bc7545294 (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.