Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

65 -- Wrap-Around Sunglasses - Picture of Wrap-Around Sunglasses

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support Pacific, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii, 96860-4967, United States
 
ZIP Code
96860-4967
 
Solicitation Number
0029475684
 
Archive Date
2/25/2011
 
Point of Contact
Amanda R. Pontia, Phone: 8084742985
 
E-Mail Address
Amanda.Pontia@dla.mil
(Amanda.Pontia@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A sample guide photo of the wrap-around sunglasses is attached for acceptable appearance guideline purposes only. DLA Troop Support, Pacific Region (DSCPP) is requesting urgent quotes for medical supplies consumable items: Wrap-Around sunglasses. This requirement is urgent and the required delivery date (RDD) of one complete shipment shall be on or before 14 March 2011 to FOB Point: San Diego, California. INSTRUCTIONS TO OFFERORS: Questions, inquiries, and quotes must be faxed or emailed to Amanda R. Pontia, email: Amanda.Pontia@dla.mil, fax # 808-471-2983 (ATTN: Amanda R. Pontia), by 9 February 2011, by 1600 hours Hawaii Standard Time. NO verbal or telephonic questions, inquiries, and quotes will be entertained. All offerors must be registered in the Central Contractor Registration- www.bpn.gov/ccr database prior to any contract award. Interested offerors are required to submit the following: a) quote with: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), date offer expires; b) detailed complete specifications of the sunglasses; c) photos of the sunglasses, and d) completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2011). (i) 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 in no prescribed format, and a written solicitation will not be issued. (ii) The solicitation is issued as a request for quotation (RFQ). Submit written quotes only. Also see "Instruction to Offerors" and "Evaluation of Quotations/Offers" herein. (iii) The Request for Quotation number is 0029475684. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This solicitation is set aside for small business. The NAICS code for this requirement is 339115, Ophthalmic Goods Manufacturing. The small business size standard is 500 employees. (v) Contract Line Item (CLIN 001): Wrap-Around sunglasses, Qty: 13,000 pairs, Unit of Issue: 1 EA Unit Price ____ (in U.S. Dollars) Ext Amt ____ (in U.S. Dollars) (vi) Description of the requirement: Wrap-Around Sunglasses, plastic frame finish, unigender (for use by men or women), scratch-resistant lenses, at least 100% UV/UVA protection rating, rimmed, non-prescription, non-polarized, no particular brand name, no manufacturer's model or part number, ideal for most outdoor activities. No cases are required. Color: Black. *Note: A sample guide photo of the wrap-around sunglasses is attached for acceptable appearance guideline purposes only. These sunglasses will be used outside the United States for humanitarian purposes, and therefore will not be used or worn by the United States or foreign militaries. (vii) The FOB Point is Destination which means quotes must be inclusive of all transportation/handling charges from the shipping point of the supplier to the delivery destination. The delivery address is: N58064 PACIFIC PARTNERSHIP NAVSTA San Diego 2680 WODEN STREET, RECEIVING BLDG 3581 SAN DIEGO CA 92136-5491 There is NO special packaging required. Packaging and labeling should be in accordance with the standard commercial practices. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Regarding the provision at FAR 52.212-2, Evaluation-Commercial (JAN 1999) the following evaluation procedures will be used; Quotes will be evaluated in accordance with FAR 13.106-2. The following factors shall be used to evaluate offers: This procurement utilizes a Low Price Technically Acceptable source selection process. Technical Acceptability is determined to be the offeror's ability to provide product in accordance with the specifications/item descriptions and compliance with the delivery schedule. Award will be made to the responsible offeror whose quote is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest evaluated price. The Government reserves the right to judge which quote shows the required capability. The Government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable. (x) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2011) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. Additionally, the following DFARS provisions apply: DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; and DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, paragraphs (a), (d) and (e) apply to this acquisition. Additionally under this clause in paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. For paragraph (c), no FAR Clauses apply to this acquisition. Further, DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. For paragraph (a), 52.203-3, Gratuities applies to this acquisition; for paragraph (b) the following clauses apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment. Paragraph (c), applies to this acquisition. (xiii) The following additional FAR, DFARS, and DLAD clauses (by reference) apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7002, Qualifying country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; and DLAD 52.212-9000, Changes - Military Readiness. (xiv) FAR 52.211-14 and FAR 52.211-15, The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition. (xv) The date and time for receipt of quotes is due on 10 February 2011 by 1600 hours Hawaii Standard Time. (xvi) The name and telephone number of the individual to contact for information regarding this procurement: Amanda R. Pontia Contract Specialist, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii 96860-4967, email: Amanda.Pontia@dla.mil. To obtain copies of the FAR, DFARS, and DLAD Clauses referenced above, log on to the website: http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-P/0029475684/listing.html)
 
Place of Performance
Address: N58064 PACIFIC PARTNERSHIP, NAVSTA San Diego, 2680 WODEN STREET, RECEIVING BLDG 3581, San Diego, California, 92136-5491, United States
Zip Code: 92136-5491
 
Record
SN02373053-W 20110206/110204233855-b70f818b14d6341aa27bb4dab03510e0 (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.