Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

99 -- ARMOR FRAG ACCESSORY KITS

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0530
 
Response Due
9/8/2011
 
Archive Date
9/30/2011
 
Point of Contact
NAIMA YELDA 619-532-2558 Contract Specialist
 
E-Mail Address
rth
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53, and DFARS Change Notice 20070913. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under NAICS 339999 All Other Miscellaneous Manufacturing. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0530. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The requirement is Brand Name - firm-fixed price for the requested items. I.Supplies or Services CLIN0001 BRAND NAME ONLY Manufacturer: Eagle Industries QTY: 40 SALTIIIACIRCS-LG Complete Set of Level IIIA Inserts (Front, Back, Deltoid Set, Shoulder Set, Groin, Throat) “ LARG - QTY 40 “ 1A005 CLIN0002 BRAND NAME ONLY Manufacturer: Eagle Industries SALTIIIACIRCS-MD QTY: 30 Complete Set of Level IIIA Inserts (Front, Back, Deltoid Set, Shoulder Set, Groin, Throat) “ MED - QTY 30 “ 1A005 CLIN0003 BRAND NAME ONLY Manufacturer: Eagle Industries SALTIIIACIRCS-SM QTY: 10 Complete Set of Level IIIA Inserts (Front, Back, Deltoid Set, Shoulder Set, Groin, Throat) “ SM - QTY 10 “ 1A005 CLIN0004 BRAND NAME ONLY Manufacturer: Eagle Industries SALTIIIACIRCS-XL QTY: 20 Complete Set of Level IIIA Inserts (Front, Back, Deltoid Set, Shoulder Set, Groin, Throat) “ EXTRLG - QTY 20 “ 1A005 II.Deliveries and performance Maritime Expeditionary Security Group One San Diego, CA 91932 F.O.B DESTINATION Delivery Date: DELIVERY IS NO LATER THAN February 28, 2012. PLEASE SPECIFY YOUR DELIVERY DATE. III.Contract Clauses All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Special Disabled Veterans; 52.247-34, F.O.B. Destination 52.249-1, Termination for the Convenience of the Government (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; 252.232-7003 Electronic Submission of Payment Requests Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act and Balance of Payment Program and 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243.7001, Pricing of Contract Modifications NDZ L-332, Unit Pricing IV.Other important information: Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall end the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn, Tax Identification Number and all applicable specifications regarding this solicitation. Also, the government may require copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), September 8, 2011, and will be accepted ONLY VIA EMAIL. DO NOT MAIL OR FAX. V.Deadline for Questions: DEADLINE FOR QUESTIONS REGARDING THIS SOLICITATION IS Friday, September 2, 2011. CONTACT INFORMATION Naima Yelda Contract Specialist NAVSUP Fleet Logistics Center San Diego 937 North Harbor San Diego, CA 92110 Phone: 619-532-2558 FAX: 619-532-1088 Email: naima.yelda@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0530/listing.html)
 
Record
SN02553609-W 20110831/110829235450-ff5dd0f537ce40f7e849d2f3b65047b9 (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.