Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

39 -- Tactical Equipment B-4001

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0246
 
Response Due
7/24/2009
 
Archive Date
9/22/2009
 
Point of Contact
Dorothy F. Bell, 719-526-2682<br />
 
E-Mail Address
ACA, Fort Carson
(dorothy.f.bell@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is W911RZ-09-T-0246. Fort Carson intends to award a Firm-Fixed-Price Purchase Order for Tactical Equipment. This requirement is set aside 100% for Service Disable Veteran Owned Small Businesses. The North American Industrial Classification System (NAICS) code for this procurement is 423910. This solicitation will end on 24 July 2009, 4:00 p.m. Mountain Time. The Contractor shall propose pricing, delivery dates, and FOB points for the attached Contract Line Item Numbers (CLINS). Delivery will be made to Building 7402 Bad Toelz Rd, Fort Carson, CO 80913. FOB Destination is the Governments preferred shipping term for commercial items. An offer of other than FOB Destination may not be considered for award. Delivery is required 30 Days after Receipt of Order. These Items must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) In addition, in accordance with FAR Part 19.001, these products must be in compliance with the non-manufacturer rule, which means: that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). The following provisions and clauses will be included in the contract and may be viewed at http://farsite.hill.af.mil/. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29, dated 17 April 2009. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: The following FAR Clauses incorported into 52.212-5 applies: 52.203-3 (Gratuities), 52.204-7 (Central Contractor Registration), 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), 52.211-6 (Brand Name or Equal), 52.219-27 (Notice of Service Disable Veteran Owned Business Set Aside), 52.219-8 (Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference). The following DFARS Clauses applies: 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Sea Transportation). Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall also submit their quote on company letterhead, by the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and technical capability of the item offered to meet the Government requirement. Offers will be evaluated on a pass or fail basis to determine whether the proposed tactical equipment meets the salient physical, functional, or performance characteristics specified in the attachment. The Government intends to evaluate offers and make award to the best value offeror without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. To register, contractors may call 1-888-227-2423 or access the CCR web site at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). Contractors may register for WAWF at https://wawf.ef.mil/index.html. Quotes may be faxed to the attention of Dorothy Bell at (719) 526-6622, or e-mailed to dorothy.f.bell@us.army.mil. Quotes must be received by the previously specified point-of-contact by the solicitation closing date shown above. An official authorized to bind the quoting organization shall sign the quote. If the Contractor is quoting an equal item, all specifications shall be submitted with the quote. Questions concerning this solicitation should be addressed to Dorothy Bell, Contract Specialist, and e-mailed to dorothy.f.bell@us.army.mil. All questions or inquires must be submitted in writing no later than 22 July 2009, 3:00 p.m. Mountain Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0246/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01879256-W 20090719/090718000113-e4a989c7d2332aa12a92c3f9eb71c67c (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.