Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

84 -- TACTICAL EQUIPMENT II

Notice Date
3/31/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, Us Department Of State, Arlington, VA 20520
 
ZIP Code
20520
 
Solicitation Number
10529H2090
 
Response Due
3/31/2009
 
Archive Date
9/27/2009
 
Point of Contact
Name: Patrick Villegoureix-Ritaud, Title: coordinator, Phone: 7038755030, Fax: 7038755272
 
E-Mail Address
villegoureix-ritaudp@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 10529H2090 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 316999 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-03-31 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Double Wide Assault Ladder 305 CM, 4, EA; LI 002, Double Wide Assault Ladder 244CM, 4, EA; LI 003, DE-CQB RAM, 4, EA; LI 004, DE TT Twin Turbo Ram, 4, EA; LI 005, Intrudor Ballistic Shield 20 x 34, 6, EA; LI 006, DE-SHTB Halligan Tool, 2, EA; LI 007, Ultra BDU Force Pants Desert Camo SM 10 MED 15 LG 65 XLG 30, 120, EA; LI 008, Ultra Force BDU Shirt Desert Camo SM 10 MED 15 LG 65 XL 30, 120, EA; LI 009, Poly Cotton T-Shirt BrownSM 10 MED 15 LG 65 XL 30, 120, EA; LI 010, Adjustable Street Cap Khaki, 24, EA; LI 011, Boonie Hat Desert Camo Poly Cotton Twill, 24, EA; LI 012, OD Green cushion Sole Boot Sock, 120, EA; LI 013, BDU Belt Khaki, 24, EA; LI 014, Mil spec Dessert Boot, 32, EA; LI 015, Chemlight Green 12 Hour, 2, EA; LI 016, Chemlight Red 12 Hour, 2, EA; LI 017, Chemlight Blue 12 Hour, 2, EA; LI 018, MK 9 Inert Fogger, 3, EA; LI 019, Stinger Ball Gernade, 12, EA; LI 020, Clear Impact Projectile CS of 150, 7, EA; LI 021, Washable Pink Impact Projectile BX 150, 7, EA; LI 022, 9MM Dummy round Orange Plastic, 1000, EA; LI 023, MK460 Extinquisher, 4, EA; LI 024, Refill Kit for MK460, 1, EA; LI 025, FN303 Less Than Lethal Launcher, 2, EA; LI 026, FN Air Bottle for Launcher, 3, EA; LI 027, FN Carry Case Soft, 2, EA; LI 028, FN Vest Tactical, 2, EA; LI 029, FN 3-Point Tactical Sling, 2, EA; LI 030, Air Compressor Gas Operated, 1, EA; LI 031, Deluxe Fill Tank, 1, EA; LI 032, FN 0-Ring w/Lube, 1, EA; LI 033, CR 123 Batteries 2 pack, 56, EA; LI 034, 2 Million Candlepower Handheld Spotlight Cordless Rechargeable, 10, EA; LI 035, Delta 2 Sys 3x5 Ballistics Cards, 32, EA; LI 036, Caldwell Rear Shooting Rest Bag Pinch Stlye, 10, EA; LI 037, Slope Doper, 10, EA; LI 038, Molded 1 Piece Orange Ping Pong Paddle, 10, EA; LI 039, Magnum Spike Wrap an Roll 12 inch Tire Deflation Sys, 24, EA; LI 040, Taser C2 Black Pearl With 50 Uses, 2, EA; LI 041, Taser C2 Replacement Cartridge, 2, EA; LI 042, FREIGHT, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov NEW ONLY. NO REFURBISHED. NO REMANUFACTURED. NO "GRAY MARKET". **TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION PARTIAL SHIPMENTS ARE NOT ACCEPTABLE. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. THIS IS A RATED ORDER CERTIFIED FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR # 700. DOS IS AUTHORIZED TO USE THE "DO-N5" 09/30/2011. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b2a1238ddc0515d1a8f2bc150bff4376&tab=core&_cview=1)
 
Place of Performance
Address: Sterling, VA 20166<br />
Zip Code: 20166<br />
 
Record
SN01781616-W 20090402/090331220856-b2a1238ddc0515d1a8f2bc150bff4376 (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.