Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

99 -- K-9 Supply Items - Package #1

Notice Date
4/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0081
 
Archive Date
5/29/2012
 
Point of Contact
Curtis J. Galvin, Phone: 2406125654, Usmaan Z. Chaudhry, Phone: 2406125637
 
E-Mail Address
curtis.galvin@afncr.af.mil, usmaan.chaudhry@afncr.af.mil
(curtis.galvin@afncr.af.mil, usmaan.chaudhry@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
K-9 Supply Items Combined Synopsis K-9 OCO Items for the 11th SFG 11 April 2012 1. Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number FA2860-12-T-0081 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details This requirement is a 100% small-business set-aside. This is a brand name or equal requirement; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an item other than the brand item listed, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. Part numbers refer to part numbers from either Ray Allen Manufacturing, Elite K-9, or Signature K-9, as stated below in the the CLIN descriptions. The North American Industry Classification System (NAICS) code is 339999 ("All Other Miscellaneous Manufacturing"), and the business size standard is 500 employees. 3. The Government will award a firm fixed price contract for K-9 items and accessories for the 11th Security Forces Squadron at Joint Base Andrews. The following items are being procured: CLIN Description Quantity 0001 Braided Jute Toy with Handle. Item# 9649JH (Ray Allen Manufacturing), or equal 20 0002 Powder Puffer. Item# AC5 (Ray Allen Manufacturing), or equal 15 0003 Police Trial Jacket W/2 sleeves. Item# RA7 (Ray Allen Manufacturing), or equal 2 0004 Police Trial Jacket Replacement Sleeve. Item# RA7L (Ray Allen Manufacturing), or equal 2 0005 Muzzle Vest-Med. Item# 2EM AC5 (Ray Allen Manufacturing), or equal 1 0006 Muzzle Vest-Large. Item# 2E-L (Ray Allen Manufacturing), or equal 1 0007 Muzzle Vest-XLarge. Item# *2E-XL (Ray Allen Manufacturing), or equal 1 0008 Set of 4 scent boxes. Item# SB2-S (Ray Allen Manufacturing), or equal 1 0009 Vittles Vault Junior. Item# 14023 SK9 (Ray Allen Manufacturing), or equal 6 0010 5 Cup Collapsible Bowl. Item# 544200-BLA (Ray Allen Manufacturing), or equal 15 0011 K9 Basic First Aid Kit Coyote Brown. Item# *K9BFA-COY (Ray Allen Manufacturing), or equal 7 0012 Nylon Scratch Pants - Padded With Full Collmax Lining Medium. Item# 2NA-MED (Ray Allen Manufacturing), or equal 1 0013 Nylon Scratch Pants - Padded With Full Collmax Lining Large. Item# 2NA-LAR (Ray Allen Manufacturing), or equal 1 0014 Nylon Scratch Pants - Padded With Full Coolmax Lining X-Large. Item# 2NA-XLG (Ray Allen Manufacturing), or equal 1 0015 Plastic Whip. Item# 9625 (Ray Allen Manufacturing), or equal 5 0016 Bamboo Clatter Stick. Item# 9626 (Ray Allen Manufacturing), or equal 3 0017 Jute Intermediate Sleeve-Right. Item# 30C-RT (Ray Allen Manufacturing), or equal 2 0018 Intermediate Sleeve Bottom-Right. Item# 9606B-RT-J (Ray Allen Manufacturing), or equal 2 0019 2.5MM Chrome Toggle Chain 21in. Item# 802 (Ray Allen Manufacturing), or equal 10 0020 Sport Holster. Item# ASPO-HOL (Ray Allen Manufacturing), or equal 1 0021 Sport G3 Basic Training Collar-Basic. Item# SPOG3-BAS (Ray Allen Manufacturing), or equal 1 0022 PRO 100 GS Single Dog Collar Expandable To 3. Item# 100PRO G3 (Ray Allen Manufacturing), or equal 6 0023 Plastic Holster For Pro Series. Item# TRH1 (Ray Allen Manufacturing), or equal 6 0024 Equipment Bag. Item# 217030 (Elite K-9), or equal 50 0025 Belt Loop Kong Ball Holder. Item# 3811-BLA (Elite K-9), or equal 25 0026 K-9 BSD Behavior Shaping Device 2. Item# *CP-K9BSD (Elite K-9), or equal 1 0027 Set of 5 Dutch Boxes. Item# *CP-5DB (Elite K-9), or equal 1 0028 Beretta Style Model 92 8MM Blank Gun. Item# BG01 (Elite K-9), or equal 1 0029 8MM Blanks(50). Item# BG20 (Elite K-9), or equal 5 0030 The Handler Glove Glove-Black Small. Item# HK9100-SM (Elite K-9), or equal 5 0031 The Handler Glove Glove-Black Medium. Item# HK9100-MD (Elite K-9), or equal 10 0032 The Handler Glove Glove-Black Large. Item# HK9100-LG (Elite K-9), or equal 25 0033 The Handler Glove Glove-Black XLarge. Item# HK9100-XL (Elite K-9), or equal 10 0034 33FTX 1IN Tubular Nylon Tracking Line. Item# PROSPECT ITEM (Signature K-9), or equal 1 0035 Modular Ultimate Load Bearing Harness Coyote Brown. Item# 36MHU-COY (Signature K-9), or equal 8 0036 Muttluks Dog ooties-Set of 4. Item# PT01 (Signature K-9), or equal 1 0037 Specialized K-9 Immediate Care Kit. Item# K9MCK-COY (Signature K-9), or equal 8 0038 Tactikka Plus Headlamp Black. Item# *E49 P (Signature K-9), or equal 1 0039 Freight Cost 1 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 11th SFG 3537 Salem Dr. Joint Base Andrews MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. Additionally, this is a brand name or equal requirement; any item with the same salient physical, funchtional, and performance characteristics of the brand name item will be accepted. If providing an item other than the brand name item, interested parties must submit clear and convincing documentation that the submitted item is, in fact an equal item. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 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); 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.246-2 - Inspection of Supplies - Fixed Price 52.247-34 - F.O.B. Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232-7010 - Levies on Contract Payments (Dec 2006); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007); 5352.201-9101 - Ombudsman (Apr 2010); The following local clauses apply to this acquisition: 11CONS-001 - Ceremonial Events; 11CONS-004 - Environmental Compliance; 11CONS-010 - WAWF Instructions; 6. Contracting Office Address 11th Contracting Squadron 1500 West Perimeter Road, Suite 2780 Joint Base Andrews MD 20762 7. Quotes All quotes must be sent via e-mail to A1C Curtis Galvin at curtis.galvin@afncr.af.mil or to Lt. Chaudhry at usmaan.chaudhry@afncr.af.mil, or via facsimile at 301-981-4593. Questions shall be submitted no later than 12:00 PM EST, 27 April, 2012. Quotes shall be submitted no later than 12:00 PM EST, 14 May, 2012. Approved for posting by: Lt. Usmaan Z. Chaudhry _____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0081/listing.html)
 
Place of Performance
Address: 11SFG Attn: TSgt Ryan Feltz, 3537 Salem Rd, Andrews AFB, MD 20762, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02721945-W 20120415/120413235156-5707ab8aad14f6548d5fe84f03a0ccbc (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.