Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

99 -- NSNs for GPOI

Notice Date
7/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07-Q-0022
 
Response Due
7/20/2007
 
Archive Date
9/30/2007
 
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 constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations. This is a small business set-aside acquisition using the procedures in FAR Subpart 13.5. The NAICS codes and small business size standards are as noted below. The FAR is available on the Internet at http://www.acquisition.gov. See numbered note 1. GENERAL REQUIREMENT: The U.S. Department of State has a requirement for the purchase of items to be used to support and equip Central American nations participating in the Global Peacekeeping Operations Initiative, as listed below. The resulting contract type shall be firm-fixed price. Delivery is required to the Department's consolidated receiving point, Coco?s International Packers Inc.,11450 NW 34th Street, Miami, FL 33178, 305-477-0687. Each box must be labeled with the purchase order number, the acronym GPOI, and the ultimate country for which the items are being acquired (such as Guatemala, etc.). Prices must be FOB destination, including all shipping and other costs for delivery to Miami. REQUIRED ITEMS: LINE ITEM 0001: Tent, NSN 8340-00-482-3963, NAICS: 314912, size standard: 500 employees. SUBCLIN 0001AA, quantity: 15 each for Honduras; SUBCLIN 0001AB, quantity: 12 each for Nicaragua; SUBCLIN 0001AC, quantity: 13 each for Guatemala. LINE ITEM 0002: Lighting Kit, NSN 6230-01-242-2016, NAICS: 335122, size standard: 500 employees. SUBCLIN 0002AA, quantity: 50 each for Honduras; SUBCLIN 0002AB, quantity: 50 each for Nicaragua; SUBCLIN 0002AC, quantity: 50 each for Guatemala. LINE ITEM 0003: Carpenter's tool kit, NSN 5180-00-293-2873, NAICS: 332212, size standard: 500 employees. SUBCLIN 0003AA, quantity: 1 each for Honduras; SUBCLIN 0003AB, quantity: 1 each for Nicaragua; SUBCLIN 0003AC, quantity: 1 each for Guatemala. LINE ITEM 0004: Electrician's tool kit, NSN 5180-00-650-7821, NAICS: 3332212 , size standard: 500 employees. SUBCLIN 0004AA, quantity: 1 each for Honduras; SUBCLIN 0004AB, quantity: 1 each for Nicaragua; SUBCLIN 0004AC, quantity: 1 each for Guatemala. LINE ITEM 0005: Cargo container, NSN 8145-01-463-3177, NAICS: 332420, size standard: 500 employees. SUBCLIN 0005AA, quantity: 21 each for Honduras; SUBCLIN 0005AB, quantity: 21 each for Nicaragua; SUBCLIN 0005AC, quantity: 21 each for Guatemala. LINE ITEM 0006: Cold container, NSN 8145-01-471-3557, NAICS: 332420, size standard: 500 employees. SUBCLIN 0006AA, quantity: 2 each for Honduras; SUBCLIN 0006AB, quantity: 1 each for Guatemala. LINE ITEM 0007: Barbed wire, NSN 5660-00-921-5516, NAICS: 331222 , size standard: 1,000 employees. SUBCLIN 0007AA, quantity: 25 each for Honduras; SUBCLIN 0007AB, quantity: 25 each for Nicaragua; SUBCLIN 0007AC, quantity: 25 each for Guatemala. LINE ITEM 0008: Posts, NSN 5660-00-262-9914, NAICS: 331222, size standard: 1,000 employees. SUBCLIN 0008AA, quantity: 250 each for Honduras; SUBCLIN 0008AB, quantity: 250 each for Nicaragua; SUBCLIN 0008AC, quantity: 250 each for Guatemala. LINE ITEM 0009: Fence post driver, NSN 5660-01-248-2466, NAICS: 331222 , size standard: 1,000 employees. SUBCLIN 0009AA, quantity: 10 each for Honduras; SUBCLIN 0009AB, quantity: 10 each for Nicaragua; SUBCLIN 0009AC, quantity: 10 each for Guatemala. LINE ITEM 0010: Barbed wire gloves, NSN 8415-00-926-1674, NAICS: 339113, size standard: 500 employees. SUBCLIN 0010AA, quantity: 20 each for Honduras; SUBCLIN 0010AB, quantity: 20 each for Nicaragua; SUBCLIN 0010AC, quantity: 20 each for Guatemala. LINE ITEM 0011: Plumber's tool kit, NSN 5180-00-545-8647, NAICS: 332212, size standard:500 employees. Quantity: 1 each for Guatemala. LINE ITEM 0012: Gas can, NSN 7240-01-337-5269 , NAICS: 332439, size standard:500 employees. SUBCLIN 0012AA, quantity: 30 each for Nicaragua; SUBCLIN 0012AB, quantity: 30 each for Guatemala. LINE ITEM 0013: Unshielded enclosure, NSN 5411-00-999-4935, NAICS: 332420 , size standard:500 employees. Quantity: 2 each for Guatemala. REQUIRED DELIVERY DATE: 30 days after date of purchase order. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be whether the item meets the NSN and whether it can be delivered on time. Quoters that cannot meet the delivery date or the exact item may quote the best terms they can provide. The quoter offering an acceptable item that most closely matches the Government's needs and required delivery date will receive most favorable consideration from a technical standpoint. Quoters must also have an acceptable record of past performance. The Government intends to award to the lowest priced technically acceptable quoter(s). QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: NSN price, unit and extended, inclusive of delivery charges. 2) DESCRIPTION: Description/nomenclature of the NSN being proposed; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has delivered the NSN(s) or similar items for in the past two (2) years. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below; be sure to include the information required by paragraph (c) regarding business size. Lowest price will be the total price to include all direct costs, indirect costs, and profit, including delivery to Miami. Multiple awards may be made; the solicitation is issued on an "any or all" basis. Quoters may submit quotations for any or all items. Evaluation of quotations will consider the cost of multiple awards, which is assumed to be $500 per award. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0022 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-17. The clause at FAR 52.212-4, Contract Terms and Conditions (dated FEB 2007) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated MAR 2007) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside (Alternate I); 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. In addition, FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency, are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. QUOTATIONS ARE DUE by 3:00 p.m., July 20, 2007, local (Ft. Lauderdale, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0022. Mail to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: lloydre@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006) paragraph (f).
 
Place of Performance
Address: Various locations
Zip Code: 33309
Country: UNITED STATES
 
Record
SN01335088-W 20070707/070705220551 (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 |
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.