Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

84 -- SPECIAL PURPOSE CLOTHING

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0265
 
Response Due
3/16/2009
 
Archive Date
4/16/2009
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 5047 Medical, Dental and Hospital Equipment and Supplies and Federal Supply Class 8415 Special Purpose Clothing. This is an All or None, Brand Name offer. The agency need of the following requirements: Part/Catalog NumberDescriptionQuantityUIUnit PriceExtended PriceMODEL #FCP-026 IN TRAUMA WOUND DRESSING25EAMODEL #A0060487ADVANCED COMBAT HELMET, ASSY. CONL6EAMODEL # 30-0001CAT TOURNIQUET25EAMODEL #CELOX 35GCELOX HEMOSTATIC 35G25EAMODEL #CT01CINCH TIGHT BANDAGE25EAMODEL #0370-000-110CUBE CASE W/LINER FOAM BLACK8EAMODEL #740-0296ESGCDIYSK-CDI4EAMODEL #FAST1F.A.S.T 1 SYSTEM50EAMODEL #7447225FIRST RESPONDER PACK NECC SPEC8EAMODEL #HB01H-BANDAGE25EAMODEL #28334-6X6HEAVY SIDE ESAPI 6X612EAMODEL #62502-RFIMAK REFILL KITS40EAMODEL #62502INDIVIDUAL MEDICAL ASSAULT KIT30EAMODEL #30-0013IV SALINE LOCK KIT25EAMODEL #27100LEVEL III/IV WITH DIAVEST 10X1212EAMODEL #402-BMEDEVAC LITTER, BLACK3EAMODEL #114QUICK CLOT 1ST RESPONSE 50G25EAMODEL #150QUICK CLOT COMBAT GAUZE25EASOFFT-NHSOFT TOURNQUET25EAMODEL #EP3-LPRSONICDEFENDERS4EAMODEL #MTAC3AOTVSALG3DTAC IIIA OTV SIZE LG DESERT6EAMODEL #1476A-CBTHREE DAY ASSAULT PACK4EAMODEL #TK4-LTK-4L TOURNIQUE25EA The requirement is for a firm-fixed price type contract with 23 CLINS. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.21! 2-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons ! (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Govern! ment intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solici! tation. Initial pricing (quotes) and any technical information must be received no later than 12:00 P.M. (PST), Monday, 16 March 2009 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.htmlDFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df22eb60043cc191b5aa4bcd26aff61d&tab=core&_cview=1)
 
Record
SN01766556-W 20090313/090311215208-21dbcbab5d73ecc73dcd63042f6118d5 (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.