Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
SOLICITATION NOTICE

42 -- Miscellaneous Personal Protective Equipment

Notice Date
3/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019215Q7016
 
Response Due
3/23/2015
 
Archive Date
4/7/2015
 
Point of Contact
RoAnna K. Peredo 671 366 4947
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019215Q7016. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. THIS ACQUISITION IS SET ASIDE 100% FOR SMALL BUSINESSES. The North American Industrial Classification System (NAICS) code is 339113 and the small business size standard is 500 employees. The following commercial items are requested: Brand Name or Equal CLIN 0001- MISCELLANEOUS PERSONAL PROTECTIVE EQUIPMENT Provide all items Brand Name or Equal. All Specifications must be met below: QTY (10) ARFF Helmet Fiberglass outer shell High-heat thermoplastic inner shell Aluminized helmet cover Aluminized three-layer shroud (6-inch gold-coated optically-correct faceshield) QTY (30) Full Brim Wildland Helmets Easy to adjust Flex-Gear ratchet sizing suspension Thermoplastic shell Three goggle clips Adjustable chinstrap Meets NFPA 1977-2011 specifications (15) Red (15) Yellow QTY (20) Wildland Firefighting Boots Sizes (5) Size 10, (5) Size 11, (5) Size 12, (5) Size 13 5.5 - 6.5 oz. 10 leather uppers 9 Iron leather insole for added strength Goodyear all leather welt construction Leather shank for proven durability 9 Iron Vibram rubber midsole for light weight Leather heel base for light weight QTY (200) Wedge-It Door Chocks (50) Black, (50) Green, (50) Orange, (50) Yellow Ribbed construction for maximum strength while weighing less than 3 ounces Extremely durable Polycarbonate plastic construction, the same as bullet proof glass Brightly colored for easy visibility to prevent attempts at closing the door while in use Over-molded with Thermal Plastic Rubber pads to prevent sliding when placed on top of door or on the floor with a smooth surfaces Price must include shipping to Andersen Air Force Base, Yigo, Guam 96929 36 CES/CEF Unit 14007 APO, AP 96543 Delivery no later than 45 days after date of award. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award œcare of will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. 1. Price Quote - Price must be submitted for CLIN 0001. This is an all-or-none request; multiple awards will not be made. 2. Technical Acceptability- Quote must demonstrate the ability to meet the requirements of CLIN 0001. FAR 52.212-2, Evaluation Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLIN 0001and providing the information required by FAR 52.212-1. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be listed in ascending order (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable: Quote clearly meets the minimum requirements of the solicitation. Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 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 cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. Submit quotes via email to RoAnna K. Peredo at roanna.peredo@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1400 hours ChST on 23 Mar 2015. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q7016/listing.html)
 
Place of Performance
Address: 36 CES/CEF
Zip Code: Unit 14007, APO, AP
 
Record
SN03665465-W 20150314/150312234517-5386b0e48594c91a74a02465d3364cec (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.