Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

42 -- REF- Jaws of Life Indefinite Delivery Indefinite Quantity

Notice Date
6/26/2008
 
Notice Type
Modification/Amendment
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB08T0099
 
Response Due
7/2/2008
 
Archive Date
8/31/2008
 
Point of Contact
Kari Schoerner, 410-278-1394
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment includes the requirement for transport cases and removes the request for a shipping price as the Government will pick up at the contractor's location. The U.S. Army Rapid Equipping Force has a requirement for Power Hawk Systems (ALSE Rescue Kits) or equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. This is a Request for Quotation and the solicitation number is W91CRB-08-T-0099. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) edition dated 13 May 2008. The complete text of any of the provisions and clauses may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 423710, with a size standard of 100 employees. The requirement consists of the following: CLIN 0001 Power Hawk Systems (ALSE Rescue Kit) or equal with accessories and features as follow. a) Rescue tool. b) All electric, no hydraulics. c) Battery charger. d) Attachment pin set. e) Power cable. f) Controller unit. g) Back pack (battery and controller). h) Carrying bag. i) Military box with foam. j) Extension cable 16 feet. k) Flood light. l) Power pusher ram 40. m) Power blade. n) curved-blade cutter. o) Spreader arm set. p) Power pack 12 V (2). q) Jumper cables. r) Power pusher ram 25. s) Extension ram 24. t) Extension ram 48. u) Swivel base kit, ram. v) Coupler, ram. w) Sawzall extrication kit. x) one year warranty of parts to include any manufacturing defects, material defects, craftsmanship defects, parts, labor, and shipment from factory to customer (CONUS). y) two year warranty on non-gear parts. z) Cases (2) Military transport cases, manportable, HDG AL5124-0911-16495-600. Each system labeled with system name and serial number on the external case and near the handle. All cases shall be permanently marked to clearly identify which side of the case is the top and which is the bottom in order to ensure systems are properly stored, handled and employed. 40 Systems @ $_________ each = $______________total The proposed price shall not include shipping charges as the Government will pick up from the successful contractors location. CLIN 0002 OPTION for Power Hawk Systems (ALSE Rescue Kit) or equal as described in CLIN 0001. Option shall be priced the same as CLIN 0001. Maximum quantity ordered under optional line item is 40. The Government reserves the right to order in quantities smaller than 40 up to a maximum of 40 under this CLIN. Delivery of CLIN 0001 shall be within 60 days of order award. Delivery of items ordered under CLIN 0002 shall be at a rate of 5 per week beginning 30 days after order. Optional systems may be ordered up to one year after award of purchase order. Inspection and acceptance will be completed by DCMA at contractors location. The Government will take possession at contractors location and will be responsible for shipping. The contractor shall palletize the items on a 48x40 pallet not to exceed 64 in height. Systems shall be packaged appropriately to provide to individual units. Pallets shall be shrink-wrapped in clear plastic with the destination address provided by REF posted on all four sides of pallet on neon pink 8.5x11 paper prior to shrink-wrapping. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1, 52.212-4, 52.212-5 including 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33, 52.247-64 DFARS 252.204-7000, 252.212-7001 including 52.203-3, 252.205-7000, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7015, 252.226-7001, 252.227-7015, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024 Quotation submission instructions 1.Quotes shall be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit price and extended prices; (4) Contractor DUNS number and Commercial and Government Entity (CAGE) Code; (5) Signed acknowledgements of any amendments, if any amendments to this combined synopsis/solicitation are issued. 2.Offerors shall include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000 Offeror Representation and Certification Commercial Items with the quotation or indicate that completion of reps and certs online at http://orca.bpn.gov. Failure to include the reps and certs with the quotation may result in elimination from consideration for award. 3.Offerors offering an equal item to the brand name described in the CLIN description shall include narrative to describe how the item proposed is equal to the brand name. If determination of equality cannot be made by the narrative submitted with the quotation, the offer may not be considered for award. 4.Quotations shall include the name, phone number, and e-mail addresses of at least three customers for whom the product proposed has been provided in the past. If the product proposed has never been provided, the quotation shall so state. Evaluation 1.The Government intends to award a contract resulting from this combined synopsis/solicitation without conducting discussions. 2.The Government intends to award to the responsible offeror proposing the lowest priced technically acceptable item. Offerors responding to this announcement shall submit quotations via FAX to Kari Schoerner at 410-306-3877 or via e-mail at kari.schoerner@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2427efff1b85fb73f08fb2a04fb28bae&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN01602028-W 20080628/080626221102-2427efff1b85fb73f08fb2a04fb28bae (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.