SOLICITATION NOTICE
84 -- This is a combined synopsis / solicitation for commercial items.
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-09-T-6035
- Response Due
- 9/18/2009
- Archive Date
- 11/17/2009
- Point of Contact
- Jennifer Anderson, 805-594-6295
- E-Mail Address
-
USPFO for California
(jennifer.d.anderson2@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation W912LA-09-T-6035 is issued as a request for quotations. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-30, effective 15 January 2009. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 315999. The small business size standard for this NAICS code is 500 employees. The California National Guard has a requirement to purchase 50 each releasable armor carriers (ACU)(part #22004-4), 50 each armor express NIJ quantum IIIA soft armor inserts (front / back and both sides), 100 each armor express NIJ aries level IV polyethylene / silicone carbide plate 5.7 pounds per plate. All quotes must include price breakdown per item and must include all freight charges to Mather, CA 95655 as a separate line in the quote. All part numbers listed above are drawn from Tactical Tailor Inc. Vendors must provide equipment of brand name or equal quality in accordance with FAR part 52.211-6 in comparison to the part numbers listed above. To be considered for award, offers of equal products including equal products of the brand name manufacturer must meet the salient physical, functional, and performance characteristics specified in this solicitation. Vendors must clearly identity the item by brand name if any, make or model number, and include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information to the the Contracting Officer. Vendors must also clearly describe any modifications the offeror intends to make in a product to make it conform to the solicitation requirements. The Contracting Officer will evaluate equal products on the basis of imformation furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in this solicitation. The following clauses and provisions are hereby incorporated into this solicitation: 52.252-2 Clauses Incorporated by Reference, 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors-Commercial Items, 52.211-6 Brand Name or Equal, 52.212-2 Evaluation-Commerical Items, 52.213-3 ALT 1 - Offeror Representations and Certifications - Commercial Items, 52.219-6 Notice of Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.232-33 Payment by Electronic Funds transfer, 52.222-50 Combating Trafficking in Persons, 52.222-36 Affirmative Action for Workers with Disabilities, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim. The provisions / clauses at DFARS 252.212-7000 Offeror Representations and certifications - Commerical Items apply to this acquisition and must be fully completed and submitted with the offer, 252.212-7001 (Dev)Contract Terms and Conditions required to implement statutes to Defense Acquisition of Commercial Items are applicable to this acquisition, and 252.225-7000 Buy American Act - Balance of payments Program Certificate. All vendors must be registered in the Central Contractors Registration (CCR) and provide access to view their registration if they hold a PRIVATE profile. Quotes are due no later than September 18, 2009 before 1:00pm PST. Quotes may be submitted via fax to 805-594-6348. Point of contact for this solicitation is SGT Jennifer Anderson at 805-594-6295.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-09-T-6035/listing.html)
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
- Zip Code: 93403-8104
- Zip Code: 93403-8104
- Record
- SN01947377-W 20090911/090910001203-4b9350741eba7ea0a358fff9b91a14cf (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 |