Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

42 -- Brand Name Blackhawk Serpa Holster Combo Kit - J&A

Notice Date
3/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N40192-12-Q-7010
 
Archive Date
4/5/2012
 
Point of Contact
Lorraine M. Aguon, Phone: 6713666612
 
E-Mail Address
lorraine.aguon@us.af.mil
(lorraine.aguon@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification 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; quotes are being requested and a written solicitation will not be issued. This solicitation, N40192-12-Q-7010 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 339999 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation: BRAND NAME BLACKHAWK SERPA HOLSTER COMBO KIT FOR 36 SFS CLIN Specifications: CLIN 0001 - Quantity 224 EA • Brand name Blackhawk 40SC02FG-R (Right) CLIN 0002 - Quantity 25 EA • Brand name Blackhawk 40SC02FG-L (Left) CLIN 0003 - Quantity 1 EA • Brand name Blackhawk 40SC03FG-R (Large) Items should be shipped 30 Days ADC, FOB: Destination for delivery to Tracy, CA. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon Technical specifications described in each CLIN and Price. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunitty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Lorie Aguon at e-mail Lorraine.Aguon@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Wednesday, March 21, 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N40192-12-Q-7010/listing.html)
 
Place of Performance
Address: Andersen Air Force Base (AAFB) Guam, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02696153-W 20120316/120314234617-390896e7fe22161c0019efb835075bc3 (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.