SOLICITATION NOTICE
84 -- MISC MOBILITY EQUIPMENT
- Notice Date
- 8/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6TLCC0204A002
- Response Due
- 8/16/2010
- Archive Date
- 10/15/2010
- Point of Contact
- Matthew Richard, 509-247-7223
- E-Mail Address
-
141 ARW/MSC
(matthew.richard@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a combined synopsis/solicitation for supplies 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. Reference number F6TLCC0204A002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is set aside for small business; the associated NAICS code is 339999 and small business size standard is 500 EMPLOYEES. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 9:00 AM Pacific Time on 16 AUGUST 2010 to Matthew.Richard@us.af.mil and Nicole.fisher@us.af.mil 509-247-7223/2 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted in writing no later than 72 hours prior to bid close date. This requirement is for the purchase of: MISC MOBILITY EQUIPMENT 0001-AA (QTY 25) Kodiak backpack: Color Multicam, size medium 0002-AA (QTY 40) Mule Body Armor Hydration system: Color Multicam, Capacity: 100oz (3L) Description: Lightweight 500D Cordura material to reduce weight. Must be able to be attached directly to the back of your body armor by suing the Open Gate Keeper Clips of the Direct armor Attachment System (D.A.A.S), without interfering with the rapid removal mechanism. Must provide back panel ventilation for rapid cooling. Must have length sipper gives better access to the water reservoir. 0003-AA (QTY 10) Peltor replacement Boom Mic for head set: MT70, 220 ohms, Dynamic noise cancelling microphone, military standard, 2-pin nexus plug, used on Peltor MT series headsets 0004-AA (QTY 470) Pmag Magazines: 30 rounds standard, M-4 Description: The PMAG 30 features a four-way anti-tilt followers, constant-curve body, and pop-off dust cover that prevents dirt/debris intrusion and protects the feedlips during long-term storage. PMAG utilizes a milspec clack oxide coated stainless steel spring for corrosion resistance and proprietary polymer to ensure durability and performance in all environments. **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** ALL QUOTES MUST INCLUDE SHIPPING AND DELIVERY COSTS *ALL DELIVERIES MUST BE ACCOMPLISHED BY 15 SEPT 2010* Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price, technical acceptability and delivery time The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TLCC0204A002/listing.html)
- Place of Performance
- Address: 141 ARW/MSC Washington Air National Guard Camp Murray WA
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN02228166-W 20100806/100804234638-24b18a10228c060017b5cf993e41a155 (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 |