Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOLICITATION NOTICE

42 -- Avalanche Safety Equipment

Notice Date
3/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-T-0076
 
Response Due
3/17/2011
 
Archive Date
5/16/2011
 
Point of Contact
John Kurko, 7195263835
 
E-Mail Address
Fort Carson DOC
(john.kurko@us.army.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 solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-11-T-0076 in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49, effective 24 January 2011. The North American Industrial Classification System (NAICS) number is 339920 and the business size standard is 500 employees. The proposed acquisition is a total small business set-aside. Please read and comply with all requirements for submitting a quotation. Failure to comply with all instructions contained in this combined synopsis/solicitation could result in the quotation being ineligible for award. Fort Carson has a Brand Name or Equal requirement to purchase avalanche safety equipment with the salient characteristics provided below. The Fort Carson operational end user has determined these characteristics to be the only features and or specifications suitable for use by their soldiers. LINE ITEM/DESCRIPTIONS: CLIN 0001 QUANTITY: 111 each Unit Price_________________ Total Price__________________ Brand name or equal specifications for the following product: Backcountry Access Inc, Tracker DTS Beacon; Mfg number B-10000. a. Weight shall not exceed 7 ounces without harness and batteries b. Dimensions: 5 x 3.5x 1 inches. c. Rapid processor and simple user interface. d. Real-time, digital display; shows direction and distance; multiple burial indicator light e. bright red LEDs (light emitting diodes) f. shall include protective carrying case h. Frequency: 457 kHz i. Battery life: minimum1 hour in search mode after 200 hours in transmit mode (approximately 250 hours in transmit only or 50 hours in search only) j. 5 year warranty. k. Must be in compliance with all applicable North American and European norms. CLIN 0002 QUANTITY:300 each Unit Price_________________ Total Price__________________ Brand name or equal specifications for the following product: Backcountry Access Inc, Traverse Avalanche Shovels. Mfg number QK-20000. a. T-grip handle b. Extendable shaft c. 6061-series aluminum blade with oval ferrule d. Collapsed length: 24 inches/60 cm e. Extended length: 31 inches/78 cm f. Blade dimensions: 9x10 inches/23x25.5 cm g. Weight: 20 ounces/567 grams CLIN 0003 QUANTITY 300 Each Unit Price_________________ Total Price__________________ Brand name or equal specifications for the following product: Backcountry Access Inc, Profile Quickie 240 Probe. MFG number SHW-11000 a. Quickie tensioning system b. Depth markings in 1 cm increments c. 6-section 7075 aluminum tubing d. Extended length: 7 feet, 11 inches/240 cm e. Collapsed length: 18 inches/45.75 cm f. Diameter:.43 inches /1.1 cm g. Weight: 8.7 ounces/247 grams h. Storage bag included i. Does not stow inside shovel shaft TOTAL PRICE FOR ALL CLINS: ________________ Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall 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), multiple awards may be issued. The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of technically acceptable offeror with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable, then the offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable the offer will not be considered. The Offeror of an "or equal item" must submit data that adequately demonstrates that its product meets or exceeds the salient characteristics of the solicitation in accordance with the clause at 52.211-6, Brand Name or Equal. A general statement of compliance or restatement of the salient characteristics is not sufficient. An offereor must clearly identify in writing they are providing an "or equal" shall include in their quotation specific rational for meeting or exceeding the required salient characteristics. The Fort Carson Contracting Office is not responsible for locating or obtaining any information not identified and provided in the offer. Fort Carson will not accept refurbished, remanufactured or "gray market" products. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this acquisition and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal) 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) 52.212-3 (Offeror Representations and Certifications - Commercial Items) Clauses: 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) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-19 (Child Labor-Cooperation with Authorities and Remedies) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (FOB Destination) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration) 252.211-7003 Alt 1 (Item Identification and Evaluation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.232.-7003 WAWF (Electronic Submission of Payment Requests and Receiving Reports). Offers must be received NLT 2:00 PM Mountain Time, 17 March 2011, at the Fort Carson Contracting Office, Mission and Installation Contracting Command, ATTN: CCMI-CAR, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit quotes via e-mail to john.kurko@us.army.mil. The Fort Carson Contracting Office will not accept quotations or questions submitted via facsimile or telephone. Questions concerning this solicitation must be addressed attention to John Kurko, Contract Specialist, and e-mailed to John.Kurko@us.army.mil. All questions or inquires must be submitted in writing via email no later than 14 March 2011; 2:00 p.m. Mountain Time Zone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52a4a210de30adaa7fc404540d04a4ee)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02395570-W 20110310/110308234201-52a4a210de30adaa7fc404540d04a4ee (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.