Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

65 -- 3M 4th Generation Combat Earplugs

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV12R0011
 
Response Due
4/30/2012
 
Archive Date
6/29/2012
 
Point of Contact
Kiah M. Washington, 7067872376
 
E-Mail Address
Southeast Regional Contracting Office
(kiah.washington@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 solicitation number is W91YTV-12-R-0011. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The North American Industry Classification System Code (NAICS) for this procurement is: 339112 Size Standard: 500 Employees. The Standard Industrial Classification Code is 4250. Proposals are being requested and a written solicitation will not be issued. This requirement is Unrestricted. Moncrief Army Community Hospital, Fort Jackson, SC has a requirement for the following: Item No. 0001: 50,150 Sets of Size: Medium 3M Peltor Combat Arms Earplugs-Corded Single-End version. Part No: 370-1031 4th Generation Unit Price:____________ Total $__________. Salient Characteristics: Easily hear low-level sounds such as conversation, footsteps, rifle bolts. Filter must provide attenuation of high level noises like weapons fire and explosions. When rocker cover is in Open/Weapons Fire mode, sound travels into the earplug and down the sound channel to the special filter. Filter allows lower-level sounds to pass with limited interruption and high-level impulsive noises are restricted. The more intense the impulse, the more it is limited. When the rocker cover is in the Closed/Constant Protection mode, the earplug provides a Noise Reduction Rate of 23 decibels. THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. To be delivered FOB Destination to: Moncrief Army Community Hospital, Fort Jackson, SC 29207-7877. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (JFEB 2012); Addendum 52.212-1: (m) Required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. If the unit of issue on the proposal is cases, indicate the number of sets per case. Indicate estimated shipping date after receipt of award. The estimated date of award is May 3, 2012. All responsible sources should submit proposals to Kiah M. Washington via fax at (706) 787-6573 or e-mail: Kiah.Washington@us.army.mil by April 30, 2012, 4:30 p.m. EST. (n) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.204-5, Women-Owned Business Other Than Small Business (MAY 1999); 52.211-6, Brand Name or Equal (AUG 1999); 52.225, Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification (NOV 2011); 52.203-2, Certificate of Independent Price Determination (APR 1985); 52.216-1, Type of Contract (APR 1984) Firm Fixed Price; 52.233-2 Service of Protest (SEP 2006), 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far. 52.252-5, Authorized Deviations In Provisions (APR 1984) : (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7011,Alternative Line-Item Structure (SEP 2011); 252.209-7001, Disclosure of Ownership or Control by the Government of A Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.225-7020, Trade Agreements Certificate (JAN 2005); 252-247-7022, Representation of Extent of Transportation By Sea (AUG 1992); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted. Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012) Alternate I (APR 2011). 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum to 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-6, Restrictions on Subcontractor Sales to the Government(SEP 2006) Alternate I (OCT 1995); 52.203-12, Limitations on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2012); 52.219-4, Notice of Price Evaluation Preference for Hub Zone Small Business Concerns ( JAN 2011); 52.219-28,Post Award Small Business Program Re-Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity For Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities Act (OCT 2010); 52.222-37, Employment Reports On Veterans (SEP 2010) 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.242-13, Bankruptcy (JUL 1995); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003, Control of Government Work Product (APR 1992); 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7002, Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7012, Preference For Certain Domestic Commodities (JUN 2010); 252.225-7021, Trade Agreements ( JAN 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.247-7023, Transportation of Supplies By Sea (MAY 2002); 252.247-7024, Notification of Transportation of Supplies By Sea ( MAR 2000); 52.222-40, Notification of Employee Rights Under The National Labor Relations Act (DEC 2010); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7008, Export of Controlled Items (APR 2010); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011)(DEVIATION). 252.219-7011, Notification to Delay Performance (JUN 1998); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012) (DEVIATION).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12R0011/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02720453-W 20120414/120412235130-ed29b0dec657b4930aab4d3c8fd04b2f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.