Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

58 -- PELTOR Brand Communication Headsets and Adapters

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410Q6000
 
Response Due
12/21/2009
 
Archive Date
1/1/2010
 
Point of Contact
Monica Hurui 7034324066 Monica.Choudhury@usmc.milSuzanne.Blagg@usmc.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 being issued as a Request For Quote (RFQ) for commercial items in accordance with FAR Part 12.6 and FAR Part 13, and the reference number is M67854-10-Q-6000. The solicitation document and provisions are in effect through Federal Acquisition Circular (FAC) 2005-38 and DFARS Change Notice (DCN) 20091123. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and this is a 100% Small Business Set Aside with NAICS 334290 and size standard of 750 employees. This is brand name procurement in accordance with 6.302-1(c). The Marine Corps Systems Command (MCSC) has a requirement for the acquisition of the following PELTOR brand headsets and adapters. CLIN 0001: PELTOR: Single Comm. Backbank w/mic Headset Model MT17H682BB-47 Qty 334 EACH CLIN 0002: PELTOR PTT In-Line Adpater Model FL5701 Qty: 334 EACHCLIN 0003: PELTOR: Single Comm. Noise Reduction Headset Model MT15H69BB-08 Qty 358 EACH The products proposed shall be the Peltor brand and models as listed above. Delivery: A quantity of seventy (70) for each of the CLINS needs to be delivered by no later than 15 January 2010 and the remaining quantities no later than 1 April 2010 to Huntsville, Alabama 35844. Exact shipping address and POC will be provided with the purchase order. Shipping will be FOB Destination with Inspection and Acceptance to occur at the Government's receiving location. The provision 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. Offerors shall submit the following information in response to this RFQ: 1) Documentation that includes the RFQ number, name, address, telephone number of Offeror, any discount terms, period of acceptance of quote, and acknowledgement of the terms and conditions contained within this RFQ, 2) Quotation that addresses all of the line items including delivery capabilities 3) Copy of technical description and/or product literature coversheet of proposed supply, to include description of commercial or other warranty provided, that demonstrates compliance with the required brand name, 4) full contact information for three (3) references that can provide past performance information with respect to performance and delivery of products previously provided. Based upon the information submitted in response to the Instructions to Offerors, evaluation is based upon the following criteria for the supplies as listed above: price, delivery, and past performance. The Government intends to award a single firm-fixed price purchase order resulting from this RFQ to the offeror that best meets the Government's requirements as stated in this RFQ. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial and with the offer. Offerors are encouraged to meet this requirement via the policy stated at FAR 4.1201 for the completion of Online Representations and Certifications Application (ORCA). If the offeror completes this requirement via ORCA, only paragraph (b) of FAR 52.212-3 needs to be submitted with the quotation. Offerors shall include a completed copy of the provision of. DFAR 252.212-7000 Offeror Representations and Certifications - Commercials Items (JAN 2009) with the quotation. The following provisions and clauses are applicable to this procurement, and clauses will be included in any purchase order awarded as a result of this RFQ. FAR Clause 52.212-4 Contract Terms and Conditions -Commercial Items (MAR 2009) is applicable to this procurement. The Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items applies to this acquisition, and the following FAR clauses cited within this clause are applicable to this acquisition 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (OCT 1995), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.207-4 Central Contractor Registration (APR 2008), 52.219-8 Utilization of Small Business Concerns (May 2004)(DEVIATION), 52.219-14 Limitations on Subcontracting (DEC 1996(15 U.S.C. 637(a)(14)), 52.219-28 Post Award Small Business Program Representation (MAR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment of Electronic Funds Transfer - Central Contractor Registration (OCT 2003). The following DFARS provisions and clauses are applicable to this acquisition DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009). The following DFARS clauses cited within 252.212-7001 are applicable to this procurement: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.243-7002 Requests for Equitable Adjustment (MAR 1998), 252.247-7023 Transportation of Supplies by Sea (MAY 2002). Other DFARs clauses include 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). Offers are due by 2:00pm local time on 21 December 2009. Offers may be submitted via e-mail to monica.choudhury@usmc.mil and suzanne.blagg@usmc.mil. Questions may be submitted via e-mail to Monica Choudhury and Suzanne Blagg at the same e-mail addresses. This combined synopsis/solicitation is available on the Navy's Navy Electronic Commerce Online (NECO) at www.neco.navy.mil and the Federal Business Opportunities (FedBizOpps) site at www.fbo.gov. It is the responsibility of the offeror to monitor this synopsis for any changes or amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410Q6000/listing.html)
 
Record
SN02026863-W 20091219/091217235346-7aaae281c3480b42d82ee2ebce15841b (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.