Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
MODIFICATION

84 -- Gentex Flight Helmet Parts

Notice Date
4/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
BLM FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
 
ZIP Code
00000
 
Solicitation Number
L11PS00419
 
Response Due
4/21/2011
 
Archive Date
5/21/2011
 
Point of Contact
Diane Barker
 
E-Mail Address
dbarker@blm.gov
(dbarker@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment to correct part # to A7946-2, kit-retrofit SPH5-C, wide yoke retention assembly. This is a combined synopsis/solicitation for commercial supplies in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L11PS00419. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-51. This requirement is unrestricted and the NAICS code is 423450, Industrial safety devices (e.g., eye shields, face shields, first-aid kits) merchant wholesalers. The business size standard is 100 employees.The government intends to negotiate with only Gentex Corporation authorized distributors for SPH5-C flight helmet parts. This action is authorized by and in accordance with FAR 6.302-1. The government believes that the only responsible product capable of satisfying the agency's requirement is Gentex. A Justification for Other than Full and Open Competition has been prepared in support of this acquisition.The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for Gentex flight helmet repair part # A7946-2, kit-retrofit SPH5-C, wide yoke retention assembly, quantity 400 each.All transportation or freight costs for order shall be paid by the Contractor and included in the unit price quoted for each item. All items shall be visually inspected by the Government for compliance with the contract specifications. No items shall be accepted that do not comply with the specifications. Final acceptance shall be the responsibility of the Contracting Officer (CO).The following provisions and clauses apply to this procurement: FAR 52.211-6; FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply: FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1; FAR 52.225-13; FAR 52.232-33. Para (c) following clauses apply: none); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS. Past Performance shall equal Price. PAST PERFORMANCE: Offeror shall provide company/organization names, contract number, name of contact person, and telephone number for three (3) contracts/orders performed within the last year of similar magnitude, including at a minimum of one federal government contract. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number L11PS00419, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes must be received by April 21, 2011, 1300 MT at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354, or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L11PS00419/listing.html)
 
Record
SN02427064-W 20110420/110418234216-5997e1ec9fb1c090759c8a146c457fb7 (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.