Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

42 -- Personal Protective Equipment Globe Lifeline Hi-vis jacket (EMS rescue jacket. 100 Each. Brand name or equal

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3193
 
Response Due
9/15/2011
 
Archive Date
9/25/2011
 
Point of Contact
Jean Williams 808-473-7546 Jean Williams
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures at FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). 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 RFQ number is N00604-11-T-3193. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are listed below. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products The NAICS code is 315299 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Fleet Logistics Center (FLCPH) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 ”100 Each ---J1500X Curtis Globe Lifeline Hi-Vis Jacket (EMS Rescue Jacket). Brand name or equal to meet specifications of NFPA 1751 (2007 Revised edition.). Features required for emergency responders include: -Meets both NPFA 1999 and ANSI 107-2010 standards -HI-VIS poly shell resisted fading and is treated with a durable water repellent. -Under arm zippers allows for inspection of the Crosstech barrier. -Zip up collar provides weather protection and also lies flat for ventilation. -Free hanging liner system with two layers allows for additional flexibility. -Crosstech EMS fabric lining provides breathability and is liquid resistant to blood, body fluids and water. -Shoulder design allows for free arm movement during rescue operations -Waistband is elastic which provides for a closer fit when needed during restricted rescue operations and medical response. -Day and night visibility. DELIVERY REQUESTED TO THE FEDERAL FIRE DEPARTMENT HEADQUARTERS, 650 Center Drive, Building 284 PEARL HARBOR, HAWAII 96860 within 30 DAYS of the receipt of award. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: FAR 52.211-6 -- Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation -- Commercial Items 52.212-3 and its ALT I, 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 (June 2003) (15 USC. 644) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232.33 Payment by Electronic Funds Transfer Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7000, Offeror Representations and Certifications - Commercial Items 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 & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7010, Levies on Contract Payments The deadline for submission of quote is September 15, 2011 by 4:00 p.m., Hawaii Standard Time. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to access and bill through Wide Area Workflow. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Registration must be current and in good standing. All quotes shall include price(s), a vendor point of contact, name and phone number, email address, business size, and payment terms. Please include your Cage Code, DUNS and TIN on your quote. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3193/listing.html)
 
Place of Performance
Address: 650 Center Drive, Building 284 PEARL HARBOR, HAWAII 96860, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02568769-W 20110910/110909001855-ab8e572b0d208bc78fb48d9504d7a7f4 (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.