Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
MODIFICATION

83 -- Weapons covers

Notice Date
3/3/2008
 
Notice Type
Modification
 
NAICS
313241 — Weft Knit Fabric Mills
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
28310
 
Solicitation Number
H92239-08-T-0010
 
Response Due
3/12/2008
 
Archive Date
3/27/2008
 
Point of Contact
Amanda Flint, Contracting Officer, Phone 910-432-4905, Fax 910-432-2114
 
E-Mail Address
flinta@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment provides responses to questions regarding Solicitation H92239-08-T-0010. 1. Does the product have a pattern date/ Drawings or specs or does the potential Supplier have to develop a design? The intent of this solicitation is to purchase "off-the-shelf" items meeting or exceeding the minimum specifications provided in the RFQ. Market research indicated that these items are readily available in the marketplace and this solicitation should not be construed as a requirement to develop new or custom-made items. Offerors should propose products that conform to the item description considering that a best value determination will be made considering the product's durability, fit, and overall capability to protect the weapon. Alternate submissions are encouraged and will be accepted. Offerors should review the evaluation criteria and note that failure to provide descriptive material may be a basis for elimination from competition. 2. Is there a MIL spec for the vinyl material or any of the components? No, there is not a MIL spec. The requirement for ?vinyl reinforced polyester or like durable material? conveys that probable product life under environmental exposure will be considered in the technical evaluation. 3. What is the delivery date and/or lead time? Desired delivery is 30 days ARO. 4. Does this product have a NSN number? No 5. Will the weapons to be covered, M2, MK19, M240, M249 be unmounted or mounted in use. If any or all are mounted, is the mounting on a land vehicle or on a helicopter? The covers will be for weapons in a vehicle mounted context. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-08-T-0010. Solicitation document and incorporated provisions and clauses are those in effect through FAC 05-23. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 313241. Size Standard is 500 employees. This requirement is 100% set aside for small business and only qualified offerors may submit quotes. The U.S. Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Weapon Covers in the quantities specified for each weapon system. M2 (50 caliber machine gun): 50 each MK19 (Grenade launcher): 25 each M240 (60mm w/ammo can): 77 each M249 (SAW without ammo can): 77 each Minimum technical requirements are as follows: Tan in color Waterproof Sandproof Made of vinyl reinforced polyester or like durable material Deliver to Fort Bragg North Carolina 28310. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 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, Deviation; 52.219-6 Notice Of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-36 Affirmative Action For Workers With Disabilities; 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.252-6, Authorized Deviations in Clauses. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 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, Deviation; 252.225-7001 Buy American Act And Balance Of Payments Program; 252.232-7003 Electronic Submission of Payment Requests. The following Special Operations FAR Supplement (SOFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 5652.201-9002 Authorized Changes Only by Contracting Officer; 5652.233-9000 Independent Review of Agency Protests (2005) Section I. EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical (2) price (3) delivery and (4) past performance. 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 offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Amanda Flint), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 11:00 a.m. EST, 12 March 2008. Fax submissions will be accepted at (910) 432-2114. E-mail submissions will be accepted at flinta@soc.mil. It is the offeror?s responsibility to ensure receipt of fax or e-mail quotes. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule (list) of offered items to include unit and total price, (2) completed Representations and Certifications (to include CAGE code); Online Representations and Certifications (ORCA) are considered acceptable to meet this equirement, otherwise a complete copy of the Offeror Representations and Certification will be required, and (3) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 6 March 2008. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Amanda Flint, Contracting Specialist at (910) 432-4905, e-mail flinta@soc.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAR-2008); 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.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-08-T-0010/listing.html)
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01522936-F 20080305/080303225803 (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.