SOLICITATION NOTICE
84 -- HGU-84/P helmet cover
- Notice Date
- 12/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315991
— Hat, Cap, and Millinery Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0009
- Response Due
- 12/29/2011
- Archive Date
- 1/13/2012
- Point of Contact
- Torey Fezer (760)725-3236
- E-Mail Address
-
Sgt Torey J. Fezer
(torey.fezer@usmc.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 FAR 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 number M00681-12-T-0009 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20111207. The North American Classification System Codes are 315991 and 339999, the small business size standard is 500 employees. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. Any quotations received from concerns other than small businesses will be not be considered for award. MALS 39, Camp Pendleton, California, has a requirement for HGU-84/P Coyote Brown helmet covers. The salient characteristics of the requirement are as follows: The HGU-84/P helmet (and HGU-67 configuration) used by rotary wing pilots and air crew is white in color. The Coyote Brown helmet covers are used for tactical situations. White velco is pasted around the outside edge of the helmet and perimeter of helmet cover, so they can attach tightly, in a wrinkle free manner. The cover should have a pouch for the AN/AVS-6 battery pack. There are protective flaps for the NVG mount and the HSS assembly. Relief holes should allow for removal of the cover without disconnecting the communication, NVG pigtail, rear mount, and mic wires. All materials and fabrication must be in accordance with NAVAIR 13-1-6.7-3 and the applicable MILSPECS. The following sizes and quantities are required: CLIN 0001: Medium (Qty 5) CLIN 0002: Large (Qty 52) CLIN 0003: X-Large (Qty 23) The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors śCommercial Items; Evaluation factors will be based on price, adherence to the salient characteristics and past performance. A sample product for each item may be requested, at no charge to the Government, if there is no past performance history. Delivery terms will be considered; 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 incorporating: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor śCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.219-28, Post Award Small Business Program Re-representations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications śCommercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. A quotation for this request shall be submitted via regular mail to: Camp Pendleton Regional Contracting Office, Attn: Torey J. Fezer, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: torey.fezer@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before December 29th, 2011, at 12:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0009/listing.html)
- Record
- SN02643220-W 20111223/111221234300-8a994fe7cc40515a93d8be26b9d1b7cd (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 |