Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOLICITATION NOTICE

81 -- Corstat Containers

Notice Date
10/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W25G1Q428701Q8
 
Response Due
10/27/2014
 
Archive Date
12/19/2014
 
Point of Contact
Jennifer Elliott, 717-267-8929
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(jennifer.l.elliott10.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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 requirement is 100% set aside for small businesses. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The purchase request number for this procurement is W25G1Q428701Q8 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract. The award will be made based on the lowest price and the ability to meet minimum specifications (technically capable). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-52. The North American Industry Classification System (NAICS) code is 326150. The Small Business Size Standard for this code is 500. All responsible contractors shall provide an offer for the following and must meet the requirements to be considered. Provide descriptive literature and specifications for evaluation. The Government reserves the right to determine technical acceptability. 0001 - MFG: Conductive Containers P/N #: CB9961 Description: INSERT CORSTAT 2PC CTN, Corstat Containers with assembled foam inserts. Part numbers CB9961-1 and CB9961-2 respectively. Quantity: 225 EA This is for brand name or equal. Pricing should include delivery to Letterkenny Army Depot, Chambersburg, PA 17201 The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items. In accordance with FAR 52.212-2, the award decision will be based on the lowest priced technically acceptable offer. Offerors must complete FAR 52.212-3, ALT I Offerors Representations and Certifications Commercial Items. FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) apply to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management (JUL 2013); FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-3, Alt 1 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUL 2013); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (SEP 2013); FAR 52.219-6 Notice of Total Small Business Set-Aside(NOV 2011); FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contract and Compliance Reports (FEB 1999); FAR 52.222-25 Affirmative Action Compliance (APR 1984); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246);) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.247-34 F.o.b. Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 52.252-2 Clauses incorporated by reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations In Clauses (Apr 1984); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A System for Award Management (MAY 2013); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014); FAR 52.212-2 Evaluation - Commercial Item (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 shall be made to the lowest price technically acceptability offer. Technical acceptability shall be based on meeting the specification standards. Contractors quoting on an equal product must submit sufficient descriptive literature to show the product meets the minimum specifications. Failure to provide descriptive literature may render the vendor non-responsive and the quote may no longer be considered for the procurement. Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Jennifer L. Elliott, jennifer.l.elliott10.civ@mail.mil Letterkenny Army Depot (AMCOM-CC) IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award; 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. 6) Offers are due by 27 Oct 2014, 4:00 PM Eastern Standard Time. Offerors must submit any questions before 23 Oct 2014 to ensure they are considered. Submit offers via fax to (717) 267-9834 (Attn: Jennifer Elliott) or email to jennifer.l.elliott10.civ@mail.mil. 7) Payment will be made through Wide Area Work Flow (WAWF). 8) Offerors who respond directly to ASFI will not be considered responsive. Point of Contact(s): Purchasing Agent, Jennifer Elliott, 717-267-8929
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/296d94e242861f9bb422867836af23a0)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03553919-W 20141022/141020234133-296d94e242861f9bb422867836af23a0 (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.