|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 84 -- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA SOL RFQ70511 DUE
092997 POC Robert M Heckman, Contract Specialist, (202)324-2966 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. The announcement
constitutes the only solicitation; bids are being requested and a
written solicitation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 90-46. This solicitation is being
issued as a Request For Quotation (RFQ) #70511. This solicitation is
under the Simplified Acquisition Procedures (SAP). The Standard
Industrial Classification is 3089, and the Business Size Standard is
500 employees. The Government intends to solicit and negotiate the
contract action on a sole source basis with American Body Armor (ABA),
PO Box 1769, Fernandina Beach, FL 32035. The Critical Incident
Response Group (CIRG) utilizes ABA ballistic shields during practical
exercises as well as during actual incident responses throughout the
world. Based on market research, it has been determined that this is
the only company that offers a light compatible with the comspec 20x36
shield. The proposed contract action is for supplies or services for
which the Government intends to solicit and negotiate with only one
source. All responsible sources may submit a quotation which, if timely
received shall be considered by the agency. Government will award to
the responsive responsible offeror that meets or exceeds the
requirements of this solicitation and will be most advantageous to the
Government. The requirement consists of 195 ea of the following ABA
equipment accessory: niteranger bsls 1010 light -- warranty consists of
five years on the switch toggle and pressure, one year on the bulb, 30
days on battery, and replacement of any damage to lights caused during
a ballistic confrontation. FOB-Destination -- Delivery shall be to
numerous locations within the contiguous United States including
Honolulu. The delivery destinations will be furnished after award to
the contractor. -- All bids shall be submitted to the address listed
above no later than 4:30pm, EST, September 29,1997, and be clearly
marked with RFQ #70511. The point of contact for all information is
Robert M. Heckman, Contract Specialist, at the address and phone number
listed above. Bidders are hereby notified that if your bid is not
received by the date/time and at the location specified in this
announcement, that it will be considered late. Each offeror shall
include a completed copy of FAR provision 52.212-3 Offeror
Representation and Certifications -- Commercial Item (JAN 1997) with
its proposal. FAR clause 52.212-4 Contract Terms and Conditions --
Commercial Item (AUG 1996), FAR provision 52.212-1 Instruction to
Offerors -- Commercial Item (OCT 1995), and FAR clause 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Item (AUG 1996) are incorporated by
reference and apply to this acquisition. Technical acceptability will
be determined solely on the content and merit of the information
submitted by the offeror in response to this notice. Fax proposals will
be accepted at (202)324-3767, proposals must state name, address and
solicitation number. A technically acceptable proposal must clearly
show that the offeror can meet the minimum requirement of the
Government. Award will be made one day after closing. (0256) Loren Data Corp. http://www.ld.com (SYN# 0490 19970917\84-0002.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|