Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2004 FBO #0906
SOLICITATION NOTICE

99 -- Redress Kits

Notice Date
5/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SLMAQM-O4-Q-4Z7021
 
Response Due
5/26/2004
 
Archive Date
6/10/2004
 
Point of Contact
Veronique Clark, Contract Specialist, Phone 7038754263, Fax 7038756006, - Veronique Clark, Contract Specialist, Phone 7038754263, Fax 7038756006,
 
E-Mail Address
clarkcp@state.gov, clarkcp@state.gov
 
Small Business Set-Aside
Total Small Business
 
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 for a request for quotes constitutes the only solicitation. The U.S. Department of State has a requirement for 15,000 redress kits. The U.S. Department of State requires the following items BRAND NAME OR EQUAL TO THE FOLLOWING: Proffering of a Weapons of Mass Destruction Emergency Redress Kit for use as an aid to personnel escaping, and (as needed) taking part in decontamination from possible exposure to chemical or biological hazards. Must be in a single, compact (no larger than a toaster), lightweight kit that is exceptionally user-friendly for easy/quick use in emergency situations when people might be panicky. The contents of the kit must provide protection for feet and hands during egress from a hazardous area; bags for (contaminated) clothing and personal effects; wipes and a lightweight gown to aid (and provide a measure of privacy during) personal decontamination; and a blanket and replacement clothing for use after decontamination. Information on the written quote for the above-identified kit should include: (a) Contractor to provide their full name, address (b) Dun and Bradstreet number (DUNS), tax ID number, phone and fax numbers (c) 1 kit cost $ ___ (d) 15,000 kits total cost $______ (e) Shipping Charges, if not included in total cost (f) Availability Timeframe. Quotes and a kit sample are due by Wednesday, May 26, 2004 at 3PM. Deliver quotes and a kit sample to: U.S.Department of State; A/LM/AQM/WWD/SB; 1701 N. FORT MYER DR; 2nd floor; ARLINGTON, VA, 22219 (Attn: Theresa Hunt – 703-875-6019). Kit samples must be sent at no charge to the government. Kit samples will not be returned to offerors. The government plans to award a commercial item purchase order to the bidder with the most advantageous bid to the government based on price, product quality, delivery capability and registration in Central Contractor Registration (CCR). For information on CCR go to website www.CCR.gov or call (888) 227-2423. The following provisions are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. The SELECTED offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As prescribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected Offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC AP 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Associated North American Industry Classification System (NAICS) code is 339999 and the size standard to meet the set-aside requirement is 500 employees. We anticipate award for this purchase order to be on or before June 8, 2004. Questions should be addressed to the Contract Specialist (Veronique Clark) via email clarkcp@state.gov. NO PHONE CALLS WILL BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/SLMAQM-O4-Q-4Z7021/listing.html)
 
Place of Performance
Address: Arlington, VA
Zip Code: 22209
Country: usa
 
Record
SN00588005-F 20040520/040518212509 (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.