SOLICITATION NOTICE
84 -- INDIVIDUAL EQUIPMENT
- Notice Date
- 4/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 451110
— Sporting Goods Stores
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F73STS71010200
- Response Due
- 4/30/2007
- Archive Date
- 5/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92236-07-T-2060 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-16, effective 22 March 2007. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be completely familiar with all applicable clauses and provisions. This requirement is 100%Set Aside for Small Businesses. The NAICS Code is 451110 and the size standard is 6.0 Mil. A Firm Fixed Price type contract is contemplated for this requirement. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. FOB Destination pricing. Delivery will be requested at 30 days after receipt of order. Items called for by this request for quotation have been identified in the schedule by a ?brand name or equal? description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering ?equal? products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. Section B Schedule of Supplies and Services 0001 Frame, GI LC-II Complete, with Shoulder and Waist Straps with pad and frame. Item No. 070-6137 or equal, Color: Olive Drab, Quantity 70 each. 0002 Pack, Alice GI Medium (LC-II), does not include straps or frame, Item No. 070-6112 or equal, Color: Olive Drab, Quantity 70 each. 0003 Bag, GI Flight Kit, Item No. 070-6339 or equal, Color: Olive Drab, Quantity, 150 each. 0004 Gloves, Friction Fighter Hi Tech, Sizes: Med 70 pr, Lrg 70 pr, XL 30 pr, Color: Item No. 8415FF-BK or equal, Color: Sage Green, Quantity 170 pair. 0005 Sleeping Bag, Snug Softie 3 Merlin, Lightweight, 2 season, Item 358-091080 or equal, Color: Olive Drab Quantity 70 each. 0006 Purifier, Water, MSR Miox, Item No. 763-356045, or equal. Kit includes Miox purifier, salt, batteries, safety indicator strips, instruction booklet, quick reference card, and storage sack. Quantity 60 kits. 0007 Flashlight and Lighter Combo, ZFlash LED, Stormproof lighter, Item No. 227-402-0006 or equal, Quantity 100 each. 0008 Microfilter, Hydrolink in-line, Mfr Camelbak or equal, NSN 8465-01-517-4770. Item No. 1931 or equal, Quantity: 70 each. 0009 Camelbak, BFM, load up to 2600 cu in, 100 oz, 21 in x 13 in x 10 in, Item No. 735-60135 or equal, Color: Black, Quantity: 70 each. 0010 Camelbak, BFM, load up to 2600 cu in, 100 oz, 21 in x 13 in x 10 in, Item No. 735-60063 or equal, Color: Tan, Quantity: 70 0011 Camelbak, Hawg, 1200 cu, 100 oz, 19 in x 12 in x 6 in, Item No. 735-73000 or equal. Color: Black 0012 Tool, Leatherman Wave, Stainless Steel, includes needlenose pliers, regular pliers, wire cutter, hard-wire cutter, stranded wire cutter, electrical crimper, serrated knife, saw, screwdrivers, bottle/can opener, Item No. 071-830145 or equal. Quantity: 70 each. 0013 Watch, Casio G-Shock, Shock resistant, 200 meter water resistant, Item No. DW9052-1V or equal, Quantity: 70 each. 0014 Compass, Silva Ranger, Model 515CL, 1/20 in scale, Item No. 136-2801077 or equal. Quantity: 100 each 0015 Glasses, Safety, Maxim 2X2 Tactical Air Seal Model, Black high impact nylon frame with heavy duty elastic strap. Includes clear anti-fog lens and hard black zipper case, Item No. 1241-40680 or equal, Quantity: 1 case of 100. The FAR and DFARS provisions and clauses are hereby incorporated by reference (exception(s) or addendum are provided, where appropriate) and are applicable to this procurement action: FAR 52.204-7, Central Contractor Registration. FAR 52.211-16, Variation in Quantity, is applicable to this requirement with the following clause addenda to paragraph (b), 10% increase, 0% decrease is allowed only in so far as it is required to deliver not less than the entire quantity requested for each CLIN and in order to conform with standard commercial packaging with regard to Unit of Issues. FAR 52.211-17, Delivery of Excess Quantities. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLINs 0001, through 0015 is not later than 30 days after receipt of order. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addendum to paragraph (a), The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Delivery and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics, to include functional and physical characteristics, associated with each CLIN and in strict compliance with all applicable FAR and DFAR Clauses. Offerors shall provide not less than two (2) references (with contact data) which demonstrate the aforementioned past performance. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity, and written affirmation, of the offeror to conform with the RDD of this solicitation. Offers will be evaluated for price. Prices, (NET, discount(s) deducted, if any) shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery. The factors of technical acceptability and delivery combined are significantly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.225-1 Alt. 1, Buy American Act-Supplies. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-5, Authorized Deviations in Provisions. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration, Alt. A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92236-07-T-2060 may be submitted: by email (preferred) to burgessc@jdi.army.mil, or faxed to 9102430249. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. AT A MINIMUM ALL OFFERS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the offeror; (2) a priced schedule of supplies to be provided; (3) Representations and Certifications compliant with FAR 52.212-3,ORCA certification is acceptable. (4) Acknowledgement and agreement with amendments, if issued; and (5) evidence of technical acceptability with past performance references. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review this website for any changes or amendments to the RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 10:00 a.m.(EST), 30 April 2007. Questions with regard to this RFQ will be accepted from interested offerors (email submission preferred) up to 10:00 a.m. (EST) 26 April 2007. Any questions submitted thereafter will be entertained, however the due date for submission of offers will not change. Questions should be directed to the Connie Burgess at (910)243-1345, or emailed (preferred) to burgessc@jdi.army.mil.
- Place of Performance
- Address: BLDG 3-1947 MALVESTI RD, POPE AFB NC
- Zip Code: 28308
- Country: UNITED STATES
- Zip Code: 28308
- Record
- SN01272469-W 20070414/070412221731 (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 |