Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

42 -- Protective Vests

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W905MW8196LE08
 
Response Due
9/3/2008
 
Archive Date
11/2/2008
 
Point of Contact
mendoza1, 928-328-6922<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W905MW8196LE08 Response Date: 3 September 2008 Technical Questions: 27 August 2008 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a requirements contract per FAR 52.216-21, Requirements (Oct 1995) and as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The contract duration will be from date of award to 30 September 2011.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080812 Edition. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) is 453998 with a size standard of $6.5 Million Dollars. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of three Contract Line Item Numbers CLINs 0001-0003, (CLIN) 0001, Quantity: 70, Unit of Issue: Each, Description as follows: Brand Name: Vest, Mon Summit 2 w/2 Apex, (CLIN) 0002, Quantity: 300, Unit of Issue: Each, Description as follows: Brand Name: Covers (Carrier), (CLIN) 0003, Quantity: 300, Unit of Issue: Each, Description as follows: Brand Name: Under Armor heat Gear Shits. The Combined Synopsis/Solicitation (CSS), Performance Work Statement (PWS), wage determinations and any other documentation are located at the U.S Army Contracting Agency Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. The awarded contract will be a fixed-priced requirements contract. Vendors shall submit technical specifications of vests. If no specifications are submitted, offeror will be considered technically unacceptable and will not be considered for award. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offerer. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. Technical and past performance are significantly more important than price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Price; 3. Past performance (see FAR 15.304); Evaluation factors when combined, will be significantly more important than cost or price. All quotations should include all necessary costs required to execute the PWS. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W905MW8196LE08 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 3 September 2008 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the Point of Contact listed below no later than the 27 August 2008 9:00 a.m. Mountain Standard Time (MST). Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided the same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008). 52.212-2 Evaluation Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications Commercial Item (June 2008) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. An offerer shall complete only paragraph (b)(1)(2) of FAR 52.212-3 if the offerer has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991), 52.216-1 Type of Contract (Apr 1984); firm-fixed price requirements contract, FAR 52.216-18 Ordering (Oct 1995), paragraph (a) is completed as follows: from date of award to 3 years after award date. FAR 52.216-19 Order Limitations (Oct 1995), paragraphs (a), (b), and (d) are completed as follows: Paragraph (a) Quantity less than 1 each. Paragraph (b)(1) Single Item Quantity more than 70 each, Paragraph (b)(2) Combination of Items Quantity more than 70 each, and Paragraph (b)(3) 30 days. Paragraph (d) within 10 days after issuance. 52.216-21 Requirements (Oct 1995), paragraph (f) is completed as follows: 90 days after contract expiration. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (June 2008) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-28 Post Award Small Business Program Representations (June 2007), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.232-36 Payment by Third Party (May 1999), 52.222-41 Service Contract Act of 1965 as amended (Jul 2005), Note: the wage determination applicable to this requirement is 2005-2027(Rev 10) dated 05/29/2008 which is available as an attachment to this CSS and can also be viewed at YPG web page mentioned above, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (Nov 2006). 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), specifically DFAR provision 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission Payment Requests (Mar 2008), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7001 Buy American ActFree Trade AgreementsBalance of Payments Program (Mar 2007) with Alternate I (Oct 2006), DFARS Clauses 252.211-7003 Item Identification and Valuation (JUN 2005). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments. Evaluation Criteria Please insure you address the following in your proposal; 1. The vest performs in extreme hot weather conditions. 2. The vendor able to measure and fit YPG personnel for vest at YPG location with turnaround time of within one week of contact. 3. Vest to be delivered after 6 weeks of fitting. 4. The durability/life cycle of the vest. 5. The durability/life cycle for the vest covers.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d24eb685ffdf9d96a08a8fa4e8fc5203&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01646182-W 20080822/080820222316-d24eb685ffdf9d96a08a8fa4e8fc5203 (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.