Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

51 -- PORTABLE BEARING TOOL KIT

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
AV4FG03400FG00
 
Archive Date
8/16/2014
 
Point of Contact
Anthony Ciccariello, Phone: 7578780730
 
E-Mail Address
anthony.ciccariello1.civ@mail.mil
(anthony.ciccariello1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item, reference number AV4FG03400FG00. Prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Special Operations Command intends to procure five (5) each Portable Bearing Took Kits: Tri-Roller Swager, Cutter, and Installer/ Remover (ASIR), and Protector Cases. FOB point is Origin. Inspection and Acceptance shall be at destination by the Government. This announcement constitutes the only solicitation; quotes are being requested and an additional written soliciation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as defined in FAR Part 12. The successful offeror shall accept the binding order by written acceptance of the SF1449 prior to undertaking performance. The NAICS code is 333517. The small business size standard is 500. CLIN 0001 - PORTABLE BEARING TOOL KIT QTY -5 each Unit Price _____________ Ext Price______________ Required Delivery Date: 30 Days after award of contract. SOW 1.0. Scope of Work: This Statement of Work (SOW) establishes the requirements for five (5) each Portable Bearing Took Kits: Tri-Roller Swager, Cutter, and Installer/ Remover (ASIR), and Protector Cases. Failure to address any of these areas of this RFQ may result in an "unacceptable" rating and disqualification for award. Proposals submitted will be evaluated in accordance with the elements listed in Sections 1.0 of the SOW and will be determined to be either "acceptable " or "unacceptable". Offeror's must be rated "acceptable" in each element to be awarded a contract. The contract will be awarded to the lowest priced responsible offeror submitting an acceptable proposal. Clauses incorporated by Reference FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.211-14, Notice of Priority Rating for National Defense Use FAR 52.211-15, Defense Priority and Allocation Requirements FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure acompleted ORCA is available for download. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items FAR 52.215-1, Instruction to Offerors, Competitive Acquisition. FAR 52.219-6, Small Business set aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Handicapped Workers FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation DFARS 252.203-7002, Requirement to Inform Employees DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.204-7008, Export Controlled Item DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications SOFARS 5652.204-9003, Disclosure of Unclassified Information SOFARS 5652.233-9000, Independent Review of Agency Protest SOFARS 5652.237-9000, Contractor Personnel Changes All firms must be registered in the System for Award Management @ https://www.sam.gov/portal/public/SAM/. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. This acquisition is set aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any all responsible offeror (including large business concerns). This announcement will close and quotes are due by 12:00 PM (EST) August 1, 2014. Late quotes will be handled in accordance with 52.212-1(f) Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn: Anthony Ciccariello, Phone (757) 878-0730 Ext. 247, E-mail anthony.ciccariello1.civ@mail.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers shall be submitted via E-mail only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/AV4FG03400FG00/listing.html)
 
Record
SN03440565-W 20140730/140728235338-c4f8243164061ac2f9833c1482581df3 (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.