Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOLICITATION NOTICE

84 -- Agent Body Armor

Notice Date
1/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-04NA99108
 
Response Due
1/28/2004
 
Archive Date
2/27/2004
 
Point of Contact
David Nienow, Contracting Officer, 505-845-6072, dnienow@doeal.gov;Denise Apodaca, Contract Specialist, 505-845-6998, dapodaca@doeal.gov
 
E-Mail Address
Email your questions to Denise Apodaca, Contract Specialist
(dapodaca@doeal.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Responses shall reference "Request for Quote? No. DE-RP52-99108". This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Contract Type being considered for this award is a Firm-Fixed Pricetype contract. The term of the contract will be for One Basic year and Four Option Years. Work to begin on or around February 24, 2004. This acquisition is a 100 percent small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 315299 with a corresponding qualifying size standard of 500 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase following Line Items: Item 1 -- ABA Xtreme X Level IIIA Concealable Body Armor per the attached specifications. Vendor to provide qualified sizing representative to Travel to the "4" Agent facilities to measure each Federal Agent to ensure proper sizing. Quantity: Minimum 250, Maximum 350 for 1st year The desired delivery date and place is: On-site representative shall be available within 7 days / or as negotiated to measure Agents. Body Armor shall be delivered within 30 days after receipt of measurements ? 1st Delivery Year: Contractor must be able to perform measurement services at FOUR locations: -Albuquerque, NM; -Pantex, Amarillo, TX; -Ft. Chaffee, Ft. Smith, AR; -Oak Ridge, TN ? 2nd through 4th Delivery Year: ALL Measurements shall be performed at Ft. Chaffee, Ft. Smith, AR. Quantity: Minimum 20, Maximum 100 for the option years. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. All Offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-8, Utilization of Small Business Concerns FAR 52.222-21, Prohibition of Segregated Facilities; 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 Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: H-150 LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2001) (JUL 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror?s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenPage or http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 4:00 PM local time on the date specified on the IIPS system. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist (Denise Apodaca @ 505-845-6998).
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/111158B55666840F85256E1A0055A93E?OpenDocument)
 
Record
SN00502931-W 20040115/040113211744 (fbodaily.com)
 
Source
FedBizOpps.gov 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.