Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
SOLICITATION NOTICE

99 -- K-9 Equipment

Notice Date
8/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316998 — All Other Leather Good and Allied Product Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3644199A001
 
Archive Date
9/27/2014
 
Point of Contact
Timothy J Cobb, Phone: 612 240 5640
 
E-Mail Address
timothy.j.cobb21.mil@mail.mil
(timothy.j.cobb21.mil@mail.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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F1D3644199A001. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-62. This requirement is set aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 316998 with a 500 employee size standard. Written proposals are required (oral offers will not be accepted). Only one contract will be awarded. The Government will award a firm fixed price contract based on lowest price technically acceptable (LPTA). The following items/services are being procured: ITEM(S) REQUIRED: K-9 Equipment Minimum Salient Characteristics: Brand name or equal are acceptable CLIN Description QTY Unit Price 0001 RAY ALLEN GROOMING KIT: RAY ALLEN GROOMING KIT ITEM CODE: RAM-K-G1; UNDERCOAT RAKE - LONG HAIR/ITEM CODE: 7W6120; UNIVERSAL SLICKER LARGE/ ITEM CODE: 0F90; DUAL-SIDED, SS SHEDDING BLADE/CODE: 7W6100; GRIMICO LOCKING DRING, FOLIAGE/CODE: GRLC-FOL; WOODEN HANDLED BRUSH/ITEM CODE: 7W6143B; 7"COB WITH HANDLE MEDIUM/ITME CODE: 7W557;PROFESSIONAL SS NAIL TRIMMER LG/CODE: 7W6107; TRUNK ORGANIZER LARGE POUCH/CODE: RT300 60 $ 0002 SPECIALIZED K-9 IMMEDIATE CARE ITEM CODE: K9MCK-BLA 10 $ 0003 LARGE KONG BALL KG7862 60 $ 0004 AQUA KONG LARGE ITEM CODE:KG7869 40 $ 0005 NEOPRENE GAUNTLET ITEM CODE: 82RG 10 $ 0006 NYLON ID COLLAR GRAY ITEM CODE: N100-GRY 40 $ 0007 CLASSIS KONG LARGE (RED) ITEM CODE: KG7858 40 $ 0008 NYLON ADJUSTABLE BET MUSZZLE-COY ITEM CODE: M3911-COY 40 $ 0009 DRYTEC SHAM 27 1/2" X 19 7/8" ITEM CODE: RP2020 60 $ 0010 CLASSIC KONG/MED (RED) 2 1/4 X 3 ITEM CODE: KG7852 40 $ 0011 AQUA KONG MEDUIM ITEM CODE: KG7875 40 $ 0012 BARKNBOOTS GRAY/LG ITEM CODE:RU2-L 15 $ 0013 BARKNBOOTS GRAY/SM ITEM CODE: RU2-L 10 $ 0014 3MM S/S CHOKE CHAIN/22IN ITEM CODE: HS88322 20 $ 0015 3MM S/S CHOKE CHAIN/24IN ITEM CODE: HS88324 20 $ 0016 3MM S/S CHOKE CHAIN/26IN ITEM CODE: HS88326 20 $ 0017 OPPORTUNITY HARNESS COYOTE ITEM CODE: RA36MHM-COY 15 $ 0018 PLASTIC MUZZLE #3 <DOB/MALIN ITEM CODE: JM3 40 $ 0019 PLASTIC MUZZLE #4 <GSD ITEM CODE: JM4 40 $ 0020 SYNTEK TUG 3" X 22" ITEM CODE: 9652C2 30 $ 0021 SYNTEK TUG 33" X 5" TOW HANDLES ITEM CODE: 9652D2 30 $ 0022 BARKNBOOTS RED/MD ITEM CODE: RU1-U 15 $ 0023 LEG SLEEVE ITEM CODE: 9654 10 $ 0024 ADVANCED SLEEVE COMPLETE LEFT ITEM CODE: 33C-L 20 $ 0025 ADVANCED SLEEVE COMPLETE ITEM CODE: 33C-R 20 $ 0026 DBL LAYER JUTE TARGET CUFF ITEM CODE: 64TC 10 $ 0027 ALL WEATHER PLATFORM - 500 ITEM CODE: RAKAWP500 30 $ 0028 OAKLEY SI ASSAULT GLOVE COYOTE LARGE ITEM CODE: OK94025-COY-L 25 $ 0029 OAKLEY LIGHTWEIGHT GLOVE XL ITEM CODE: OK94176-BLK-XL 20 $ 0030 OAKLEY SI ASSAULT GLOVE COYOTE MEDIUM ITEM CODE: OK94025-COY-M 15 $ 0031 SKY KENNEL VAULT DOOR-X-LARGE ITEM CODE: DO00500 20 $ Performance address: 11th SFG Joint Base Andrews, MD 20762 It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-13 System for Award Management Maintenance (Jul 2013) 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 F.o.b. Destinatino (Nov 1991) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 11CONS-004 Environmental Compliance To be eligible for an award, contractors must be registered in the System for Award Management (SAM) database. A contractor can contact the SAM database by calling 1-888-227-2423 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.eb.mil/. Quotations must be received no later than 12:00 pm Eastern Standard Time, Friday September 12, 2014. Quotes may be submitted to the point-of-contact identified below with the solicitation number listed in the subject block. The Government Primary point-of-contact is TIMOTHY COBB timothy.j.cobb21.mil@mail.mil. The Government Secondary point-of-contact is IMAN DILLARD iman.n.dillard.mil@mail.mil. An official authorized to bind your company shall sign and date the proposal. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." Questions regarding this solicitation are due no later than Thursday September 04, 2014 at 12:00 pm Eastern Standard Time. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the even the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3644199A001/listing.html)
 
Place of Performance
Address: JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03484343-W 20140829/140828023421-707f79b0d4e9756d792727ee08695c31 (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.