Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

78 -- Miscellaneous Ski Equipment.

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3J-9195-0903
 
Response Due
9/8/2009
 
Archive Date
11/7/2009
 
Point of Contact
Linda Duvall, 801-432-4091
 
E-Mail Address
USPFO for Utah
(linda.duvall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Miscellaneous Ski Equipment SOLICITATION NUMBER: W67K3J-9195-0903 QUOTE DUE DATE: 8 September 2009 POC: Linda Duvall, Contracting Officer, (801)432-4091 DESCRIPTION: This 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, quotes are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423910, size standard is 100 Employees. REQUIRMENT: 1.One Hundred Forty-Seven (147) Adjustable Ski Poles; see attached spec sheet. 2.One Hundred Seventeen (117) Large Bindings, see attached spec sheet. 3.Thirty (3) Medium Bindings; see attached spec sheet. 4.One Hundred Forty-Seven (147) Crampons. 5.One Hundred Forty-Seven (147) Ski Leashes; see attached spec sheet. 6.One Hundred Forty-Seven (147) Skis; Sixty (60) 185cm, Sixty (60) 175 cm, Twenty-Seven (27) 165cm; see attached spec sheet. 7.One Hundred Forty-Seven (147) Climbing Skins, 100mm; see attached spec sheet. 8.One Hundred Forty-Seven (147) Snowshoes, see attached spec sheet. 9.One Hundred Forty-Seven (147) Boots for Skis (#6); sizes shown on attached spec sheet. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated and will remain in full force in any resulting contract. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper. FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, EvaluationCommercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. FAR 52.212-3 ALT1, Offeror Representations and CertificationsCommercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items to include: 52.203-3, Gratuities; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.232-36, Payment by Third Party. FAR 52.233-2, Service of Protest. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contract Registration (52.204-7) Alternate A. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 52.212-7000, Offeror Representations and CertificationsCommercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.243-7002, Request for Equitable Adjustment. PREFERRED PAYMENT METHOED: Preferred payment is credit card, please verify whether your company accepts credit cards, and if there will be any additional charge. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in order of importance: (1) quality of items being offered and offerors capability of meeting the Government requirement; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 8 September 2009. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: 1) Representations and Certifications (located at FAR 52.212-3 Alt I), or verify registered in Online Representations and Certifications Application (ORCA). 2) Cost/price for each item listed under Requirement, to include shipping and handling to 84020. 3) Detailed Specifications of each item being offered. 4) Minimum of three references (companies who youve provided similar items too). Questions may be e-mailed to the address above, please no telephone calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K3J-9195-0903/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN01925483-W 20090827/090826000516-758f4a2432dacc2932e4a66a2d7c03f9 (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.