Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

65 -- BLOWOUT KITS - LIST OF KIT ITEMS

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92240-13-T-DR20
 
Archive Date
6/13/2013
 
Point of Contact
DEBORA T. ROSEBORO, Phone: 757-763-2449
 
E-Mail Address
debora.roseboro@navsoc.socom.mil
(debora.roseboro@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTENTS FOR BLOWOUTKITS 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 H92243-13-T-DR20 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 339112 and the Small Business Size Standard is 500. This solicitation is set-aside for small business concerns. CLIN 0001 - BLOW OUT KITS - 373 each Kits to include attached list of items CLIN 0002 - BLOW OUT KITS - 373 each (Option 1) delivery schedule TBD CLIN 0003 - BLOW OUT KITS - 373 each (Option 2) delivery schedule TBD Order will include 2 option periods to purchase additional kits for future use. Dates will be determined. Request interested vendors provide manufacturer name and detailed specs for all items quoted as part of this kit. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to lowest price technically acceptable vendor. Brand name or equals. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at http://www.sam.gov Above registrations can be completed through the System for Award Management (SAMS) @ www.sam.gov The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. The following provisions and clauses apply to this acquisition: FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4 - Printed or Copied Double-sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-5 - Certification Regarding Responsibility Matters FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-2 - Security Requirements FAR 52.204-7 - Central Contractor Registration FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquistion FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) FAR 52.217-8 - Option to Extend Services (Nov 1999) FAR 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6 - Small Business Set-asides FAR 52.222-3 -- Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-39 - Notification of Employee Rights FAR 52.222-99 - Notification Of Employee Rights Under The National Labor Relations Act. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price FAR 52.247-34 -- F.o.b. Destination FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses FAR 252.203-7000 - Requirements Relating to Compensation FAR 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7004 - Alt A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 Independent Review of Agency Protests Quotations are due 12 June 2013 by 10:00 a.m. Email: debora.roseboro@navsoc.socom.mil or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-DR20/listing.html)
 
Place of Performance
Address: 1300 HELICOPTER ROAD, VIRGINIA BEACH, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN03080364-W 20130607/130606000717-2578d17b9bb65591fa705722f1de32dc (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.