Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

42 -- Trellchem VPS Flash Level A Suits and Equipment - Attachment A

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HQ0034-11-T-0069
 
Archive Date
9/17/2011
 
Point of Contact
Karen A. Smith, Phone: 703-696--3756
 
E-Mail Address
karen.smith@whs.mil
(karen.smith@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment A: Product Specifications 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 and a written solicitation will not be issued. The solicitation number is HQ0034-11-T-0069; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 339113, Surgical Appliance and supplies Manufacturing. The business size standard is 500 employees. The Federal Supply Class (FSC) is 4210. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, and Washington, DC 20301 intend to purchase Trellchem VPS Flash Level A Suits, MSA Quick Fill Pass-through (installed) and Trellchem equipment bags. This is a brand name or equal requirement. The Government anticipates awarding one firm fixed price purchase order for the Lowest Priced Technically Acceptable quote. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1)Technical Acceptability All quotes must be for the items requested either brand name or equal. To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, and performance characteristics specified in this solicitation; clearly identify the item by brand name, if any, and the make or model number and provide descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Government as defined in FAR 52.211-6. The Government is not responsible for locating or obtaining any information not identified in the quote. Unless the vendor clearly indicates in its quote that the product being offered is an "equal" product, the vendor shall provide the brand name product referenced in the solicitation. Vendors will receive a rating of "Technically Acceptable" or "Technically Unacceptable". Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer considered for award. (2) Price The total price will be a determining factor after determination is made as to compliance to Technical Acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Quotes must be firm fixed priced, and include ALL quantities listed, all or none. Vendors should include warranty terms and delivery times with their quote. 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. This request for quotation consists of the following: CLIN PART # MANUFACTURER PRODUCT QTY UNIT 0001 476520093 Trelleborg NFPA 1991 Certified Trellchem VPS Flash Level A Suit, Size: Large 3 EA 0002 476520094 Trelleborg NFPA 1991 Certified Trellchem VPS Flash Level A Suit Size: X-Large 3 EA 0003 803110 Mine Safety Appliances Co. MSA Quick Fill Pass-through(Installed) 6 EA 0004 487100425 Trelleborg Trellchem Equipment Bag-Yellow 6 EA Additional Information: 1. ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to Karen Smith, Contract Specialist at karen.smith@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ: QUOTES MUST BE RECEIVED NO LATER THAN 10:00 AM, EASTERN on September 2, 2011. 2.. The Government reserves the right to award from the GSA Schedule. 3. The Government desires delivery and installation of all parts 30 days ARO, but no later than 60 days ARO, and anticipates awarding a purchase order for these items on or about mid September, 2011. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information. 4. The point of contact (POC) for this request is Karen Smith, Contract Specialist at (703) 696-3756 or karen.smith@whs.mil. No phone communication will be accepted. 5. Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. 6. Attachment A: Product Specifications The following provisions and/or clauses apply to this acquisition. FAR 52.211-6 Brand Name or Equal, Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 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): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-11-T-0069/listing.html)
 
Place of Performance
Address: Pentagon Force Protection Agency, RRMC, ATTN: Rodney Shoffner, 201 Beasley Drive, Suite 100, Fort Detrick,, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02551889-W 20110828/110827000010-074122a8293442155cc8504691a88cd4 (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.