Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

84 -- EAGLE INDUSTRIES LOAD BEARING SYSTEMS

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F3MT242034005
 
Archive Date
4/14/2012
 
Point of Contact
Diane N Williams, Phone: 910-243-2176
 
E-Mail Address
williamsdi@jdi.socom.mil
(williamsdi@jdi.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose for this amendment is to correct part numbers of CLINS 0002,0011 and 0014. CLIN 0002 from P/N D-HWS-5CCA to read P/n D-HWS-CCA CLIN 0011 from P/N B-RP-MBITR-LW-MS-5CCA to read P/N D-RP-MBITR-LW-MS-5CCA Clin 0014 from P/N MAP-RBT-117G-MS-5CCA to read P/N D-MAP-RBT-117G-MS-5CCA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Purchase Request Number F3MT24203A005 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-55. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 339999, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Pouch, M60 MFR: Eagle Industries Unlimited P/N D-AP-M60-P-MS-5CCA Qty: 120 ea CLIN 0002 Hand Warmer Sleeve MFR: Eagle Industries Unlimited P/N D-HWS-5CCA Qty: 50 ea CLIN 0003 Pouch, IAP Utility MFR: Eagle Industries Unlimited P/N BP-A-IP-M-VA-5CCA Qty: 100 ea CLIN 0004 Pouch, 100 Round Saw MFR: Eagle Industries Unlimited P/N D-UT-BS-MS-5CCA Qty: 100 ea CLIN 0005 Pouch, M4 Triple Mag MFR: Eagle Industries Unlimited P/N D-MP3-M4/2-MS-5CCA Qty: 50 ea CLIN 0006 Pouch, Fortrek GPS MFR: Eagle Industries Unlimited P/N D-GPS-WB-FTK-5CCA Qty: 50 ea CLIN 0007 Back Pack Assaulters MFR: Eagle Industries Unlimited P/N BP-A-MS-5CCA Qty: 40 ea CLIN 0008 Pouch, Medical MFR: Eagle Industries Unlimited P/N D-MEDP-MS-5CCA Qty: 70 ea CLIN 0009 Back Pack Assaulters MFR: Eagle Industries Unlimited P/N BP-A-MUP/IP-MS-5CCA Qty: 50 ea CLIN 0010 Back Pack Assaulters MFR: Eagle Industries Unlimited P/N BP-A-LUP/IP-MS-5CCA Qty: 50 ea CLIN 0011 Pouch, Radio MFR: Eagle Industries Unlimited P/N B-RP-MBITR-LW-MS-5CCA Qty: 40 ea CLIN 0012 Pouch, 1 Quart MFR: Eagle Industries Unlimited P/N D-CTP-1L-MS-5CCA Qty: 80 ea CLIN 0013 EOD Assaulter's Pack MFR: Eagle Industries Unlimited P/N D-BP-EOD-MS-5CCA Qty: 30 ea CLIN 0014 Modular Assault Pack MFR: Eagle Industries Unlimited P/N MAP-RBT-117G-MS-5CCA Qty: 30 ea CLIN 0015 Assaulter's Backpack MFR: Eagle Industries Unlimited P/N BP-A-ERP-MS-5CCA Qty: 30 ea CLIN 0016 Hydration Pouch 100OZ MFR: Eagle Industries Unlimited P/N D-HP-100S-MS-5CCA Qty: 50 ea CLIN 0017 Hydration Pouch MFR: Eagle Industries Unlimited P/N D-HP-50S-MS-5CCA Qty: 50 ea This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 60 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope Field AFB NC 28308. The following factors will be used to evaluate offers; (1) Price (2) Delivery. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. The factor of price is slightly more important than delivery. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, FAR Clause 52.211-6 Brand Name or Equal, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if applicable. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 30 March 2012. The preferred method for submitting quotes is by email (williamsdi@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Diane Williams at (910)243-2176. Any questions referencing this solicitation will be submitted in writing via email at williamsdi@jdi.socom.mil, not later than 20 Mar 2012. The point of contact for this solicitation is Diane Williams, Contract Specialist at (910)243-2176 or email listed above. Point of Contact Diane Williams, Contract Specialist, Phone 910-243-2176, Fax 910-243-0249, Email williamsdi@jdi.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/F3MT242034005/listing.html)
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACT OFFICE, MALVESTI RD BLDG 3-1947, POPE FIELD, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN02679515-W 20120223/120221234750-a00a6338a4a2b2e4d21ef0629af24cc1 (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.