Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

84 -- FIREFIGHTER HELMETS SOL N00244-98-Q-0300 DUE 062998 POC Point of Contact is Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically or, gwen_young@fmso.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (these means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/RFQ N00244-98-Q-0300 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The standard industrial code is 3842 and the business size standard is 500 employees. This requirement is for a fixed priced contract for Firefighter Helmets, NSN 8415-01-271-8069, quantity of 400 each, as follows. Quotes will be accepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) Fire Gear Inc. Model/part number Firedome FXA-1. Description: Brim type -- short; Color -- Red (FedStd 595, 11136 Main body); Facepiece type -- moulded plastic. The following salient characteristics are CRITICAL/ESSENTIAL to the Government -- a) Helmet outer shell -- Fiberglass; b) Impact liner -- Urethane foam; c) Inner shell -- ABS; d) Headband -- Sure-lock ratchet; e) Crown straps -- Nomex; f) Chin strap -- with quick-release buckle; g) Ear/neck protector—rip-stop PBI/kevlar/moisture barrier with throat strap; h) Faceshield -- 4" hard coated, with anti-scratch lens coating and removable fire resistant cotton brow pad. All items are to be delivered to: Receiving Officer, Defense Distribution Depot, Naval Station Facility, Bldg 3304, San Diego, CA 92136. Acceptance shall be made at destination. SPECIAL MARKING REQUIREMENTS -- Any order resulting from this solicitation, including any future amendment/s, requires that the contractor label each item with the National Stock Number or Local Stock Number (NSN/LSN) indicated for each item, in accordance with the current revision of MIL-STD-129 "Marking, Shipment, and Storage". Each unit, intermediate pack, and/or unpacked items must be marked, except in cases where the unit of issue to too small to accommodate labelling. In addition, contractor should ensure that all packages include, at a minimum, the contract/purchase order number and delivery order number, if any. Failure to comply with this requirement will result in rejection of material at the time of receipt and return to the sender at the contractor's expense. Any costs associated with this marking requirement are to be included in your quote, either incorporated in the unit price or as a separate line item. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far OR www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/availability of product/s, the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 6/29/98, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT mail. See Numbered Note(s) 1, 13. (0166)

Loren Data Corp. http://www.ld.com (SYN# 0339 19980617\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page