SOLICITATION NOTICE
84 -- Tactical Slings with Sling Cover
- Notice Date
- 6/19/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068107T0069
- Response Due
- 6/27/2007
- Archive Date
- 7/27/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-07-T-0069 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and the Defense Federal Acquisition Supplement, current to DCN 20070531. The North American Classification System Code is 451110 and the small business size standard is $6.5 million. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: CLIN 0001: 900 EA Tactical Sling. DESC: Must attach without modific ation to the weapon or additional adapters. To be used with the A2, A4, M4 or M249. Must be fully adjustable as well as have the ability to stretch and accommodate different firing positions. A portion of the sling is to be made of nylon webbing to allow for major adjustments. The stretchable material must be protected by a loose fitting sleeve to prevent abrasion and the sleeve must be loose fitting in order to prevent binding on the stretchable portion of the sling. The sling must not be so loose fitting as to encumber the user?s ability to adjust firing positions rapidly, once the sling is adjusted to the user. Color: Coyote Tan The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation, will be most advantageous to the Government. The following factors shall be used to evaluate quotes: Specifications, price and delivery. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors?Commercial Items. 52.212-3, Offeror Representations and Certifications?Commercial Items. 52.212-4 Contract Terms and Conditions?Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor?Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans. 52.222-3 6, Affirmative Action for Handicapped Workers. 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.225-13, Restriction on Certain Foreign Purchases). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications?Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the C entral Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Kevin Ham, P.O. Box 1609, Oceanside, CA 92051-1609, emailed to kevin.ham@usmc.mil , faxed to 760-725-8445, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 27 June 2007, at 1:00 p.m. Pacific Standard Time.
- Record
- SN01322754-W 20070621/070619223926 (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 |