Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
MODIFICATION

84 -- Zeta II Helmet Liners

Notice Date
7/29/2009
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
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
FA4416-09-T-0029
 
Point of Contact
Bryan Winston, Phone: 3019813391, Cindy Lattimore, Phone: 3019812301
 
E-Mail Address
bryan.winston@afncr.af.mil, cynthia.lattimore@afncr.af.mil
(bryan.winston@afncr.af.mil, cynthia.lattimore@afncr.af.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. This solicitation is issued as a Request for Quote (RFQ) No. FA4416-09-T-0029 This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-33. This procurement is being issued as a 100% SMALL BUSINESS set-aside in accordance with (IAW) FAR 19.502-2(a) under NAICS code 315999 and small business size standard 500. The contractor shall provide the following Contract Line Item Numbers (CLINs): 0001- 9A-0016103 Zeta II Helmet Liner; Mfr Part No: 9A-0016-103 ECCN: EAR99 Schedule B Code: 9803.10.0000, QTY: 60 each, UNIT PRICE: ____________, EXTENDED PRICE: ____________. 0002- 9A-0017103 Zeta II Helmet Liner; Mfr Part No: 9A-0017-103 ECCN: EAR99 Schedule B Code: 9803.10.0000, Qty: 40 each, UNIT PRICE: ____________, EXTENDED PRICE: ____________. 0003- 9A-0015103 Zeta II Helmet Liner; Mfr Part No: 9A-0015-103 ECCN: EAR99 Schedule B Code: 9803.10.0000, Qty: 8 each, UNIT PRICE: ____________, EXTENDED PRICE: ____________. 0004- 9A-0018103 Zeta II Helmet Liner; Mfr Part No: 9A-0018-103 ECCN: EAR99 Schedule B Code: 9803.10.0000, QTY: 15 each, UNIT PRICE: ____________, EXTENDED PRICE: ____________. 0005- Freight Shipping/handling charge, QTY: 1 each, UNIT PRICE: ____________, EXTENDED PRICE: ___________. Items should be shipped 30 Days ADC, FOB: Destination for delivery to Andrews AFB, MD 20762. ALL ITEMS ARE BRAND NAME ONLY. NO SUBSTITUITIONS WILL BE ACCEPTED. The documentation shall include prices and description. Acceptance and Inspection are FOB destination. Required delivery is located no later than 30 days after award of contract to 1 HS, 1914 Arnold Ave, Andrews AFB, MD 20762. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full texts of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil FAR 52.212-1, Instruction to offeror-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in the Combined Synopsis/Solicitation, who offers the lowest price technically acceptable. The Government reserves the right to judge which quote shows the required capability and the right to eliminate from further consideration those quotes that are considered unacceptable and not capable of being made acceptable without major requoting. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, or complete on ORCA website: http://orca.bpu.gov/ with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: mandatory clauses: FAR 52.219-6, Notice of Total Small Business Set-Aside 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 52.222-36, 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 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.247-34, F.O.B. Destination The clause 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. The following additional clauses are applicable to this procurement DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code reporting (Aug 1999) DFARS 252.204-7004, Required Central Contractor Registration (CCR) Contractors are not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) DFARS 252.232-7003, Electronic Submission of Payments Requests AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) AFFARS 5352.242-9000, Contractor Access to Air Force Installations 316 CONS - 007 Personnel Security Requirements 316 CONS - 010 Wide Are Work Flow Offerors are required to complete and include a copy of the following provisions with their proposals or have available online at https://orca.bpn.gov : FAR 52.212-3, Offeror Representation 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. Responses to this combined synopsis/solicitation must be received via email, or fax by 10 August 2009 by 12:00 Noon Eastern Standard Time (EST) to bryan.winston@afncr.af.mil. The fax number is 301-981-1910. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications reservations and withdrawal of offers." Responses should be marked with RFQ No. FA4416-09-T-0029. The deadline for questions is 29 July 2009 at 9:00 AM (EST). Address questions to A1C Bryan Winston, Contract Specialist at 301-981-3391, email bryan.winston@afncr.af.mil or Mrs. Cindy Lattimore, Contracting Officer at email cynthia.lattimore@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA4416-09-T-0029/listing.html)
 
Place of Performance
Address: Andrews AFB, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01891239-W 20090731/090730000435-bb6ad2b9472ef163382d020d7ad57c93 (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.