SOLICITATION NOTICE
68 -- OC Spray
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- Q3972090217
- Response Due
- 9/15/2009
- Archive Date
- 9/2/2010
- Point of Contact
- Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3972090217is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 339999; the size standard is less than 100 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. The estimated magnitude of this procurement is between $15,000.00 to $20,000.00. This procurement is a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 500 employees or less. If your company's has 500 employees or less, your company is considered small business under this procurement. Small businesses are encouraged to offer a quote. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering OC Spray, to U.S. Park Police, 6th & Penn Street, N.E. (rear of 515 New York Avenue, N.E.), Washington D.C. 20002 OC Spray and OC Spray Holster shall be in accordance with the following product or equal: A. V-7145-3FTS Vector MK3 Unit Price $______ 700 each Total Price $______(OC Spray) B. PSH-1303L3 Holster Unit Price $______ 700 each Total Price $______ (OC Spray Holster) C. OC Training Certification Unit Price $______ 1 each Total Price $______ Program D. Shipping Lump Sum $__________ E. Total of Quote $____________________ Specification for OC Spray(Vendor to supply independent lab test on the Caapsaicinoids to certify it has been tested and is approved as non-flammable) 1. Flip-Top Stream2. 2.0 ounces3. 15,000,000 SHU4. 1.45 Capsaicinoids5. 22 One Second burst per can6. Non-flammable7. Content Level Indicator (measured by immersion into water) Specifications on holster1. Black Leather with Belt loop snap hidden The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.203-6, ALT 1, Restrictions on Subcontractor Sales to the Government, 52.219-3, Child Labor-Cooperation with Authorities and Remedies, 52.219-28, Post Award Small Business Rerepresentation, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Workers with Disabilities, 52.222-50, Buy American Act-Supplies, 52.225-1 Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a purchase order resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items unless information is stated within ORCA. All offers must place a price for all line items to be considered responsive. The Government intends to evaluate offers and award a purchase order without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price and delivery time after receipt of purchase order, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00 pm EDT, September 15, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394.All responsible sources may submit a quote which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972090217/listing.html)
- Place of Performance
- Address: Washington, D.C.
- Zip Code: 202420001
- Zip Code: 202420001
- Record
- SN01937921-W 20090904/090903001127-1d25ed8645bf44a375d9f4c634449da0 (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 |