Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

77 -- Handheld Dynamo/Crank Radios

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Miami Division (PARC Americas 410th CSB), ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
 
ZIP Code
33122-1940
 
Solicitation Number
W91QEX-10-T-0088
 
Response Due
9/3/2010
 
Archive Date
11/2/2010
 
Point of Contact
Guillermo Thorne Jr., 305-437-2669
 
E-Mail Address
Miami Division (PARC Americas 410th CSB)
(guillermo.thorne@hq.southcom.mil)
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91QEX-10-T-0088, and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is an unrestricted procurement. FOB Destination shall be Miami, FL 33172. The requested delivery date is no later than 30 September 2010. The U.S. Government requires the following Line Item 0001, - Hand held crank radios that operate without electricity or batteries; Self-powered AM/FM, hand crank, solar powered radios with flashlights; AM (520-1710 KHz) & FM (87-108MHz); Built-in white LED light source; Powered by solar and dynamo both of which charge internal Ni-MH battery; USB cell phone charger capable; 3.5 mm headphone output; Dimensions: approximately 5.25 x 2.5 x 1.75 and 133 x 63.5 x 44.45 mm (W x H x D); Weight: approximately 8.5 oz. and 241g; Accessories: owners manual, warranty card written in French; QTY - 600 Each The Offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.222-50, Combating Trafficking in Person; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.214-34, Submission of Offers in The English Language; 52.214-35, Submission of Offers in U.S. Currency; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.225-18, Place Of Manufacture. The Following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is NONE;DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.212-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7010, Levies on Contract Payments. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the Offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified at time of order New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No GREY market items. Submitted Quotes will be valid for 45 days after the solicitation closing. No multiple awards will be made. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Point of contact for this RFQ is SSG G. J. Thorne Jr. at (305)437-2669. Quotes can be e-mailed to guillermo.thorne@hq.southcom.mil. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. Question Submission: Interested Offerors shall submit any questions concerning the solicitation via email to guillermo.thorne@hq.southcom.mil no later than 1 September 2010. Questions received after this date, but prior to close of the solicitation may not be considered. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. Offers are due not later than 12:00 PM, EST on Sep 3, 2010. Contracting Office Address: Directorate of Contracting, ATTN 410th Contracting Support Brigade - Americas, 3511 NW 91st Avenue, Miami, FL 33172-1940 Delivery Address: U.S. ASA SOUTHCOM, U.S. Army Base Ops PBO, ATTN: Dennis Walker, 8900 NW 35th Lane, Suite 150, Miami, FL 33172
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5818e3a89f0365988bab24454adb04b6)
 
Place of Performance
Address: Miami Division (PARC Americas 410th CSB) ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110 Miami FL
Zip Code: 33122-1940
 
Record
SN02261452-W 20100902/100831235212-5818e3a89f0365988bab24454adb04b6 (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.