Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
MODIFICATION

78 -- 15 ALPHA - 15 PERSON AFFILIATE PACKAGE - FILL-IN DFAR CLAUSE

Notice Date
9/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92240-13-T-TC18
 
Archive Date
9/24/2013
 
Point of Contact
Patricia Cresswell, Phone: 757-763-2440
 
E-Mail Address
trisha.cresswell@navsoc.socom.mil
(trisha.cresswell@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTENTS OF THE 15-ALPHA AFFILIATE PACKAGE FILL-IN AND RETURN DFAR CLAUSE FILL-IN AND RETURN DFAR CLAUSE Reposting this combined synopsis solicitation at the convenience of the Government. 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. The solicitation H92240-13-T-TC18 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 339920 and the Small Business Size Standard is 500. This solicitation is set aside 100% for small business. CLIN 0001: 1 each: P/N: RF0007-Alpha; 15 Alpha - 15 Person Affiliate Package; Mfg. Rogue Fitness. List of contents attached. If quoting on an equal, request interested vendors provide manufacturer name and detailed specifications for evaluation as part of this request. Only written inquiries regarding this solicitation will be addressed. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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. Award will be made to lowest price technically acceptable vendor. Award will be "all or none." Brand name or equals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective date 03 Sep 2013 Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at http://www.sam.gov Above registrations can be completed through the System for Award Management (SAMS) @ www.sam.gov The System for Award Management (SAM) is a FREE web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Offerors to complete and return the attached DFAR Clauses, 252.209-7998 (DEV) and 252.209-7999 (DEV). The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-7 - Central Contractor Registration FAR 52.211-6 - Brand Name or Equal FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquisition FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) FAR 52.219-6 - Small Business Set-Aside FAR 52.222-3 -- Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price FAR 52.247-34 -- F.o.b. Destination FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses FAR 252.203-7000 - Requirements Relating to Compensation FAR 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7004 - Alt A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments DFARS 252.243-7001-- Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 Independent Review of Agency Protests Quotations are due Sept 23, 2013 at 12:00 pm eastern time. Email: trisha.cresswell@navsoc.socom.mil or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-TC18/listing.html)
 
Place of Performance
Address: 1300 Helicopter Road, Bldg. 3854, JEB Little Creek, Vriginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN03195100-W 20130921/130919235546-78ff28359c9dda89a6b7df6ca865fec7 (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.