Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

78 -- Snowboards, Boots, Bindings and Helmets - Item List

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3QD1075A002-Snowboards
 
Archive Date
6/24/2011
 
Point of Contact
Daniel J. Jackson, Phone: 907-552-2588
 
E-Mail Address
daniel.jackson@elmendorf.af.mil
(daniel.jackson@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Item List with quantities, sizes, and other salient characteristics. This is a combined synopsis/solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: F1W3QD1075A002- Snowboards, Snowboard Boots, Bindings, and Helmets. This is a brand name or equal requirement. Line Item 0001: Snowboards, Snowboard Boots, Bindings, and Helmets-all of various sizes. Specific quantities, sizes, and descriptions are available in the attachment Item List. While the specific part numbers in the Item List are for Burton items-this is for specification reasons only-This is a Brand Name OR EQUAL requirement. This procurement is Full and Open. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination to Elmendorf AFB, Alaska 99506 and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by June 9, 2011 at 04:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC SSgt Daniel Jackson, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-2588, Fax (907) 552-7497, daniel.jackson@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. This will be a lowest price technically acceptable purchase. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective 31 May 2011. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-3 (Alt I) Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225- 3 Buy American Act - Free Trade Agreement -Israeli Trade Act FAR 52.225- 3 (Alt I) Buy American Act - Free Trade Agreement -Israeli Trade Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act-Balance of Payments Program DFARS 252.225-7036 (AltII) Buy American Act- Free Trade Agreements- Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7003Notifications of Potential Safety Issues DFARS 252.247-7023 Transportation by Sea DFARS 252.247-7023 (Alt III) Transportation by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. If you require assistance registering with either agency please contact SSgt Daniel Jackson, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-2588, Fax (907) 552-7497, daniel.jackson@elmendorf.af.mil. This will be a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. Design or other proprietary features will not be used to determine technical acceptability. Technical acceptability will be determined by utilizing the salient performance and physical characteristics. If items are functionally similar, but do not meet the exact specifications in the items list they will be considered. Some, but not all, relevant characteristics are listed below: Snowboards-Length, Thickness, Width, Warranty, Effective Edge, Tip/Tail Width, Waist Width, Sidecut. Bindings-Size, Adjustability, Strap length, Type of release. Boots-Size, Lacing System, Liner. Helmets-Size, Adjustability, ASTM 2040 / CE 1077 Certification. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to SSgt Daniel Jackson. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: daniel.jackson@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3QD1075A002-Snowboards/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf Richardson, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02462032-W 20110604/110602234255-e51d6a2f1ed898e0595638c89a5e868b (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.