|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1999 PSA#2352Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 84 -- FIRE-FIGHTER HELMETS SOL N00244-99-T-0658 DUE 060799 POC Joan
Balazs FAX 619-532-247 E-Mail joan_balazs@sd,fisc.navy.mil Phone
619-532-2892 WEB: Click here to obtain more information regarding FISC,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a
combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-99-T-0658. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-11.
This solicitation is issued on a restricted basis, under Standard
Industrial Code 3848 with a small business standard of 500 employees.
FISC San Diego has a requirement for the following items: CLIN 0001
Fire Fighter Helmet, 200 each, NSN 8415-01-271-8069; CLIN 0002 Fire
Fighter Helmet, 50 each, NSN 8415-01-271-8069. Both items have the
following description: GARMENT SIZE -- Universal, HEADWEAR FASTENING
METHOD -- Adjustable chin strap and adjustable headband, BRIME TYPE --
Short, FACE-PIECE TYPE -- Molded Plastic, SPECIAL FEATURES --
Shipboard Application, General Fire-fighting and Damage Control (not
for crash rescue), FIBER MATERIAL -- Glass main body, COLOR -- Red, Fed
Std 595, 11136 Main body. Part number FSA-1, LFH 3700-N style 40 OR
EQUAL. Required delivery CLIN 0001 -- Ingleside, Texas, CLIN 0002 --
San Diego, California. Acceptance shall be at destination. The
following provision apply FAR 52.212-1, Instructions to Offerors
Commercial Items, Addendum to FAR 52.000-1, 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 FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; 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 Statues or Executive Orders Commercial Item
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, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or 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 on the Internet at http://ccr.edi.disa.mil for more
information. DFAR 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b), DFAR 252.225-7000 Buy American Act --
Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American
Act and Balance of Payment Program, and DFAR 252.225-7012 Preference
for Certain Domestic Commodities. 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 descriptions for Line Items 0001 and 0002. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later that 3:30 p.m.
PST, June 7, 1999 and will be accepted via FAX (619-532-2347) Attn:
Joan Balazs Clause information can be downloaded from the internet from
the following addresses; http://www.arnet.gov/far/ or
http://farsite.hill.af.mil/vfdfarspdf.htm Posted 05/20/99 (W-SN333872).
(0140) Loren Data Corp. http://www.ld.com (SYN# 0348 19990524\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|