Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

84 -- Clothing, Individual Equipment, and Insignia

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315992 — Glove and Mitten Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0108
 
Response Due
4/18/2010
 
Archive Date
5/3/2010
 
Point of Contact
Jainer S Aguilar 910-451-3072 SSgt Aguilar, Jainer S.Contracting SpecialistMCIEAST ContractingMarine Corps Base Camp Lejeune, NCComm: 910-451-3072DSN: 751-3072Fax: 910-451-2193E-mail: jainer.s.aguilar@usmc.mil
 
E-Mail Address
jainer.s.aguilar@usmc.mil
(jainer.s.aguilar@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. It is the Government's intention to issue a firm-fixed price contract for the commercial item listed below utilizing FAR Subpart 13.5 procurement procedures. Solicitation number M6700110Q0108 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and DFARS Change Notice 20080303. The solicitation is set aside 100% for small businesses. The Government intends to only award one contract. The purpose of this solicitation to procure the commercial item listed below, in support of 2nd Battalion 6th Marines aboard Marine Corps Base, Camp Lejeune, NC. In accordance with FAR Part 11.104, the Government requires the following brand name or equal product: CLIN 0001 Full Finger Hellstorm S.O.L.A.G Gloves W/Nomex, Part Number 8114, Qty 928EAQty Size117 Small549 Medium250 Large11 X-Large1 XX-Large NSN for size medium is 8415-01-529-8859, Large 8415-01-529-8861 and X-Large 8415-01-529-8864. Brand name or equal to Hellstorm S.O.L.A.G Nomex Coyote Tan; design plus DuPont, Nomex flame and flash protection, Ergonomic cut, dual-layer palm features WRX and Armortan treated. Over-wrap fingertip, pads needed to protect knuckles and fingers, Back-of-hand and wrist adjustments, Nylon loop on wrist to allow easy donning and attachment to carabineers. Classification Code: 84 Individual Equipment The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-1 Buy American ! Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); FAR 52.211-17 Delivery of Excess Quantities; FAR 52.243-1 Changes-Fixed Price; FAR 52.247-34 FOB-Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.225-7021 Trade Agreements; 252.232-7003 Electronic Submission of Payment Requests); DFARS 252.211-7003 Item Identification and Valuation; The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE! ) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The website for WAWF-RA registration is https://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/. The government prefers quotes that are quoted F.O.B destination. The required delivery date for this requirement is 15 days after receipt of order. This acquisition is a "Best Value" procurement. The utilization of this procedure is expected to provide the greatest overall benefit to Government. Best Value employs a trade-off process that permits award to other than the lowest priced offeror or to the highest technically rated offeror. The Regional Contracting Office will evaluate proposals in accordance with the criteria described herein, and will award a firm fixed-price contract to the responsible offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to Government, considering Technical Acceptability, price and Delivery as evaluation factors. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website www.neco.navy.mil. Submit quote to SSgt Aguilar via email jainer.s.aguilar@usmc.mil or fax (910) 451-2332. Refer any questions to SSgt Aguilar at (910) 451-3072. The closing date for this solicitation is 18 Apr 2010 by 4 PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0108/listing.html)
 
Place of Performance
Address: Traffic Management OfficeAsh Street Bldg 1118, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02117029-W 20100410/100408235552-b97442262b21df111d67aa6efecc457a (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.