Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

42 -- Firefighter Bunker Gear

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0298
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
Lisa Benjamin, 719-526-2416<br />
 
E-Mail Address
ACA, Fort Carson
(lisa.benjamin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-09-T-0298. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-33. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Fort Carson intends to award a firm-fixed-price contract for Firefighter Bunker Gear. This requirement is being solicited as unrestricted for Brand Name Only. The NAICS code for this procurement is 423850 with a small business size standard of 500 employees. Quotes shall include pricing of: I CLIN 0001; Globe G-xtreme jacket (Brand Name Only No substitutes)-- Part No. 327774 - 32 inch length: Khaki advanced outer shell; Caldura SL thermal liner; Crostech moisture barrier; NYC style 3 inch red/orange triple trim: 3 inch red/orange scotchlite letters sewn to sew on letter patch with individual's name. Patch sewn to lower back of jacket; Survivor flashlight strap on right chest; Radio pocket on left chest with self material mic tab above pocket; Black arashield cuff reinforcements; Nomex wrist guards; Drag rescue device; dual action pockets with hand warmers; 1.5 inch x 10 inch gloe strap right chest below middle row of trim; QTY: 30 ea CLIN 0002; Globe Gxtreme Pant (Brand Name Only No substitutes) -- Part No. 427774; Khaki advance outer shell; Caldura SL thermal liner; Crosstech moisture barrier; 3 inch red/orange triple trim round cuffs; 2x10x10 side pockets; Black arashield cuff reinforcements; Black arashield knee reinforcements; Padded rip cord suspenders; QTY: 30 ea. These jackets and pants will be made and sized when new employees are hired, to measure for correct fit and obtain the names that will go on the back of each jacket. The vendor shall make a maximum of 5 visits to the Fort Carson Fire Department, Fort Carson, CO 80913 to ensure proper measuring and fitting of the firefighter outfit. FOB Destination Period of Performance: 1 Sep 1 Oct 09 CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007); 52.212 -4 Contract Terms and Conditions-Commercial Items (Feb 2007); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2008); 52,219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-19, Child Labor (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); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 52.247-34, F.O.B. Destination (Nov 1991); 252.211-7003, Item Identification and Validation (Alt 1) ( Apr 2005); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Jan 2009), with the clauses 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008); and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). PROVISIONS INCORPORATED BY REFERENCE: Offerors shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote electronically via email, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, tax ID or size of business, delivery days, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and FOB. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The contractor shall provide in writing a signed copy of the Buy American Act Certificate located at 252.225-7000 Buy American Act--Balance of Payments Program Certificate. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factor shall be used to evaluate offer: price and delivery within period of performance timeframe of 1 Sep 1 Oct 09. Offers will be evaluated on a pass or fail basis to determine whether the proposed bunker gear meets the salient physical, functional, or performance characteristics identified in the CLINs. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 13 Aug 09, no later than 1:00 p.m. MT. No phone calls will be accepted. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-6622, no later than 12:00 PM. MT, 17 Aug 09. Late quotes will not be accepted in accordance with FAR 52.212-1. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competition. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. Any amendments that may be issued will be published via Fedbizopps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0298/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01905839-W 20090812/090811001229-fc1a2efcc6bf498998155f28d9e57164 (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.