Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

84 -- Sustained Duty Gear

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
PFPAPPD4110229BASIC
 
Archive Date
9/15/2010
 
Point of Contact
Janice T. Johnson, Phone: 7036963756
 
E-Mail Address
janice.johnson@whs.mil
(janice.johnson@whs.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is PFPAPPD4110229BASIC; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This acquisition will be a HUB Zone set aside; the North American Industry Classification System (NAICS) code is 315999 The business size standard is 500. The Federal Supply Class (FSC) is 8415 The Standard Industrial Classification (SIC) is 2396. The Washington Headquarters Service, Acquisition and Procurement Office (WHS/A&PO) Department of Defense, 9000 Defense Pentagon, Washington, DC 20301 intends to purchase 18 different line items of Sustained Duty Gear for the Pentagon Force Protection Agency (PFPA) PI Facilities & Logistics Division.The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Price (2) Technical Acceptability (1) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. (2) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. This request for quotation consists of the following: CLIN’sNomenclatureQtyManufacterPart Number Unit of IssueColor 0001ASP Baton80ASP52613EABLK 0002ASP Baton Holder (nylon)80ASP4208-F26-4EABLK 0003Glove Pouch (High Gloss)120Safariland33-9VEABLK 0004Glove Pouch (Nylon)110Bianchi8028/31316EABLK 0005Gloves Traffic, SM 150HatchRTG100EAStripe 0006Gloves Traffic, MD150HatchRTG100EAStripe 0007Gloves, Lg150HatchRTG100EAStripe 0008Handcuff Case (Nylon)30Safariland4258-BLEABLK 0009Handcuffs100Peerless700EAStainless Steel 0010Holster H/G Right35Safariland6280-283-91EABlack 0011Keeper (High Gloss) set of 4100Safariland62-4-9HSEABlk 0012Keepers (Nylon) set of 4100Safariland4200-2BLEABlack 0013Magazine Case (High Gloss)20Safariland77-283-9BEABlk 0014Radio Case (Nylon)70Safariland4298-4-4BLEABlk 0015Radio Case H/G 95Safariland762-5-9EABlk 0016Traffic Vest* 2x-3x50Blauer340EAAnsi Yellow 0017Traffic Vest* sm-large150Blauer340EAAnsi Yellow 0018Weapon Lock Box w/key85Tufloc76119EAGrey Features: Salient Characteristics Baton Must be rust and corrison resistant through-out the entire product. Must be Eagle Certified. Pouch Must have a high gloss finish Must be nylon. Gloves Must be black no other color. Weapon Lock Box Must be gray Additional Information: (1) The Government desires delivery of all parts 30 days ARO, but no later than 45 days ARO, and anticipates awarding a purchase order for these items on or about Early September 2010. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to janice.johnson@whs.mil Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 9:00 AM Eastern Standard Time on August 31, 2010. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. (4) Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. Delivery Address: The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. 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 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to janice.johnson@whs.mil NO LATER THAN August 31 2010, 9:00 AM, EST. Point of contact is Janice Johnson, telephone 703-696-3756.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/PFPAPPD4110229BASIC/listing.html)
 
Record
SN02255066-W 20100827/100825235925-9028761ca5c448b2fb42de7deb93fc8d (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.