SOLICITATION NOTICE
84 -- DOUBLE ACTION KNIVES
- Notice Date
- 6/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332211
— Cutlery and Flatware (except Precious) Manufacturing
- 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-F3MT2471524A02
- Response Due
- 6/25/2007
- Archive Date
- 7/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis 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; quotations are being requested and a written solicitation will not be issued. The purchase request number is F3MT2471524A02 and the solicitation is issued as a request for quotation (RFQ). This solicitation is a 100% set-aside for Small Business concerns. This solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-16. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. The associated NAICS code is 332211, and the small business size standard is 500 employees. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this request have been identified in the schedule by a brand name or equal. 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 materials (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether product offered meet the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. This requirement consist of the following items; CLIN 0001 Knives, Lone Wolf Lobo Double Action Automatic, Model No. LC22600, or equal. Blade Length is 3.5 inches, Overall Length is 8.0 inches, Overall Weight is 5.5 ounces, Blade Material is CPM-S30V, Frame/Liners is Stainless Steel, Handle Material is Black G-10, Pocket Clip is Stainless Steel, Fasteners/Rivets are Stainless Steel, include warranty of Limited Lifetime. CLIN 0002 Knives, Lone Wolf Diablo Double Action Automatic, Model No. LD23150, or equal. Blade Length is 3.3 inches, Handle Length is 4.5 inches, Overall Open Length is 7 inches, Weight is 4.1 ounces. Blade Material is CPM-S30V, Blade Style is modified Clip Point, Edge Style is Plain or Partially Serrated, Blade Finish is Bead Blasted, Handle Material is Stainless Steel Liners with Textured Fiberglass-Filled Nylon Scales, Locking Mechanism is Liner Lock, Carry Method is Removable Stainless Steel Pocket/Gear Clip Situated for Tip Down Carry. Partial offers will not be accepted. FOB Destination pricing is required. Delivery is required to Pope AFB NC within 30 days after receipt of order. The following FAR and DFARS provisions and clauses are hereby incorporated by reference to this procurement action: 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the clause addenda to paragraph (a), The evaluation of offer will be Lowest Price, followed by Technically Acceptable. The contractor certifies that it can meet the delivery date by submitting an offer. The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The contractor shall be registered in the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov/. 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. The following FAR clauses identified at paragraphs b and c of FAR 52.212-5 is considered checked and are applicable to this acquisition: b5, b14, b15, b18-20, b31, and c1-2. The clause at 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition; DFARS 252.247-7023 (Alternate III). Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A); 252.225-7000 Buy American Act?Balance of Payments Program Certificate; 252.243-7001, Pricing of Contract Modifications; 52.252-2, Clauses Incorporated by Reference; 252.232-7003, Electronic Submission of Payment Request; 252-246-7000 Material Inspection and Receiving Report. Awards can only be made to contractors registered in the Central Contractor Registration. OFFERS ARE DUE: Offers shall be received at USSOCOM Regional Contracts Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308, not later than 10:00am eastern standard time, 25 June 2007. Email submissions are preferred. Fax submissions will be accepted at 9102430249, however it is the contractors responsibility to verify that all faxed pages are received by prescribed date and time by calling 9102431345. Offer shall include (1) Original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price. Include Federal Tax ID Number, DUNS No. and Cage Code information with your offer. (2) Acknowledgment and agreement with amendments, if issued. (3) Evidence of technical acceptability. (4) Pass performance reference if applicable. Any questions referencing this solicitation will be submitted in writing via email burgessc@jdi.army.mil or by fax to 9102431345, not later than 21 June 2007. The point of contact for this solicitation is Connie Burgess, Contracting Officer 9102431345 or email listed above
- Place of Performance
- Address: BLDG 3-1947 MALVESTI RD, POPE AFB NC
- Zip Code: 28308
- Country: UNITED STATES
- Zip Code: 28308
- Record
- SN01313135-W 20070609/070607222151 (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 |