Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOLICITATION NOTICE

84 -- OTTE GEAR JACKETS & PANTS

Notice Date
2/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315191 — Outerwear Knitting Mills
 
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
F3MT241019A002
 
Archive Date
3/23/2011
 
Point of Contact
Travis L Davis, Phone: 910-243-0355, Diane N Williams, Phone: 910-243-2176
 
E-Mail Address
davistl@jdi.socom.mil, williamsdi@jdi.socom.mil
(davistl@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 F3MT241019A002 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-49. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 315191, Size Standard 500 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. 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 Super L Windshirt. Lightweight ripstop nylon fabric and shed wind and light rain; Fabric is IR compliant and fire retardant; Napoleon-styled breast pocket; Full coverage hood with two side adjustments and stiff brim to shed wind and rain; Elastic cuffs for comfortable fit; Hem draw cord seals out wind and debris. Color: MultiCam; Manufacturer: Otte Gear. Manufacturer Model: Super L Windshirt or EQUAL. Quantity: 160 each. Quantity Breakdown: Size: XXLarge (5 each); Size: XLarge (20 each); Size: Large (75 each); Size: Medium (55 each); Size: Small (5 each). CLIN 0002 Alpine Jacket. This technical stretch woven jacket is a great choice for movement-intensive operations in cool conditions; Lightweight, highly breathable fabric wicks away moisture, dries quickly and offers light insulation; Provides wind, water and abrasion-resistance; Packs down and takes little room in a rucksack; Climbing inspired cut fits under body armor and won't get hung-up on pack straps; Schoeller NanoSphere protective finish keeps the jacket water resistant and repels stains; X-Static yarn eliminates static charges, keeps you cool in warm environments, warm in cool environments and eliminates odor; High-mobility hood moves with your head, can accommodate a helmet or stow in a stand-up collar; Cargo pockets on sleeves with Velcro to attach patches; Cuffs have adjustable tabs; Two large chest pockets placed for easy access and can be used to vent the jacket. Manufacturer: Otte Gear; Manufacturer Model: Alpine Jacket or EQUAL. Color: MultiCam. Quantity: 160 each. Quantity Breakdown: Size: XXLarge (5 each), Size: XLarge (20 each), Size: Large (75 each), Size: Medium (55 each), Size: Small (5 each) CLIN 0003 Alpine Trouser. Lightweight, highly breathable Tweave Durastretch fabric dries quickly; Provides wind, water and abrasion-resistance; Packs down and takes little room in a rucksack; Climbing-inspired cut provides a streamlined, athletic fit; High waist secures pant when running, even with a loaded belt; Schoeller NanoSphere protective finish keeps the pants water resistant and repels stains; Removable suspender and belt loops to accomodate rigger's belt; Two "envelope" cargo pockets with a one finger button closure system keep contents secure; Double sliders on fly - accessible when wearing a rucksack, harness or taking a knee; Boot tie down tabs to keep the pant from riding up in snow, mud, etc.;Two snap closure adjustments at cuff for snug fit on boots; Zippered hand pockets so dirt and snow do not get in. Manufacturer: Otte Gear; Manufacturer Model: Alpine Trouser or EQUAL. Color: MultiCam. Quantity: 155 each. Quantity Breakdown: Size: XXLarge (10 each), Size: XLarge (25 each), Size: Large (70 each), Size: Medium (50 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, 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, CLIN extended price and 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, 8 March 2011. The preferred method for submitting quotes is by email (davistl@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 Travis Davis at (910)2430355. Any questions referencing this solicitation will be submitted in writing via email at davistl@jdi.socom.mil, not later than 1 March 2011. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above. Point of Contact Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davistl@jdi.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/F3MT241019A002/listing.html)
 
Place of Performance
Address: MALVESTI RD, BLDG 3-1947, Fayetteville, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN02371880-W 20110204/110202234437-dc05fe15c4a9e5a01f346e72c58fc0a8 (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.