Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
MODIFICATION

84 -- Sleeping Bags for Disaster Recovery

Notice Date
5/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-00203
 
Archive Date
6/17/2010
 
Point of Contact
Juan D. Baez, Phone: 301-443-2367
 
E-Mail Address
juan.baez@psc.gov
(juan.baez@psc.gov)
 
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. Request for Proposal (RFP) 10-233-SOL-00203 package and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This is an Unrestricted Solicitation with a North American Industry Classification System code 314999. Although, consideration may be given to potential offerors who operate as resellers of these products. This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. Award of a Firm Fixed Price contract is anticipated. The period of performance shall be from June 2, 2010 through June 15, 2010. Description: Disaster Recovery Sleeping Bags. NSN: 8465-00-081-0798, Fireman Sleeping Bags OR Equivalent. Quantity: 1,800. At minimum, the sleeping bag should be commercially available, be a warm weather sleeping bag made for camping temperatures between 40 and 60 degrees; Rectangle shape, 33" x 75", fits up to 5'11" tall or bigger; contain no more than 3-4lbs of insulation; and be Commercial Machine washable. Samples of product must be provided to: DHHS/PSC/SAS/DAM 5600 Fishers Lane Parklawn Bldg., Room 5-101 Rockville MD 20857 ATTN: Juan D. Baez, Contract Specialist Delivery Terms: Product must be available and delivered within 5-7 calendar days from date of award to ASPR, 6701 English Muffin Way, Frederick, MD 21703-7100. Failure to identify if the contractor can meet this requirement will result in an offer being considered nonresponsive. All offers must be F.O.B. Destination. Any shipping charges must be identified and listed on the response for evaluation. The provisions at 52.212-1, Instructions to Offerors - Commercial (JUN 2008), and 52.212-2, Evaluation - Commercial Items (JAN 1999), apply to this acquisition: (a) The Government will award a contract 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: 1. Adherence to Delivery Terms 2. Technical Specifications; 3. Price. Delivery Terms and Technical Specifications, when combined, are significantly more important than price. (b) Award. The Government will evaluate offers for award purposes. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009), with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); and (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). PLEASE NOTE THAT ANY AMENDMENTS TO THIS RFQ SHALL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. ALL OFFERS MUST CLEARLY INDICATE THE RFQ NUMBER and be sent to the Juan D. Baez, Contract Specialist, Department of Health and Human Services, Program Support Center, SAS/DAM, Parklawn Building,5600 Fishers Lane, Room 5-101, Rockville, MD 20857. All quotes must be SUBMITTED NO LATER THAN 1:00 PM EASTERN TIME June 2, 2010 VIA electronic copy to juan.baez@psc.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-00203/listing.html)
 
Place of Performance
Address: ASPR, 6701 English Muffin Way, Frederick, Maryland, 21703-7100, United States
Zip Code: 21703-7100
 
Record
SN02164346-W 20100530/100529000216-b8bbdc3c7790c2af419e6a8871620f24 (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.