Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

61 -- BATTERIES

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F3MT240243A006
 
Archive Date
10/1/2010
 
Point of Contact
Diane N Williams, Phone: 910-243-2176
 
E-Mail Address
williamsdi@jdi.socom.mil
(williamsdi@jdi.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The Purchase Request Number F3MT240243A006 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-45. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 335912, Size Standard 1,000 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Some of the items called for by this RFQ have been identified in the schedule by brand name or equal description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering equal items will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in this solicitation. Offerors not providing technical information on equal items will be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Battery, Lithium, ½ AA Size: 3.6 V 1200 mAh MFR: SAFT LS 14250 Quantity: 1000 each CLIN 0002 Battery, Lithium, 1.5 Volt Energizer L912 or equal Quantity: 2000 each CLIN 0003 Battery, Lithium, 3 volt Coin Cell, Energizer ECR1632 or equal Quantity: 1000 each CLIN 0004 Battery, Lithium, AAA Energizer L92 or equal (4 per package) Quantity: 500 pk CLIN 0005 Battery, Lithium, 12 Volt Part Number: BA5590 MFR SAFT or equal NSN: 6135-01-438-9450, Quantity: 150 each. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Technical Acceptability (2) Price (3) Delivery. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price, price slightly more important than delivery. Offer shall provide at less two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial Items, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 16 Sep 2010. The preferred method for submitting quotes is by email (williamsdi@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Diane Williams at (910)243-2176. Any questions referencing this solicitation will be submitted in writing via email at williamsdi@jdi.socom.mil, not later than 10 Sep 2010. The point of contact for this solicitation is Diane Williams, Contract Specialist at (910)243-2176 or email listed above. Point of Contract Diane Williams, Contract Specialist, Phone 910-243-2176, Fax 910-243-0249, Email williamsdi@jdi.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/F3MT240243A006/listing.html)
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACT OFFICE, MALVESTI RD, BLDG 3-1947, POPE AFB, North Carolina, 28306, United States
Zip Code: 28306
 
Record
SN02264786-W 20100903/100902000209-3068a852c1e303154bdc3dd1b40f80aa (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.