Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2006 FBO #1502
SOLICITATION NOTICE

84 -- Safety Boots (USMC Approved)

Notice Date
1/4/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RCO FAR EAST PSC 557 BOX 2000 FPO AP 96379
 
ZIP Code
96379
 
Solicitation Number
M6740006T0116
 
Response Due
1/9/2006
 
Archive Date
2/8/2006
 
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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-06-T-0116 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. The North American Industry Classification System code is 316219. The business size standard is NTE 5.0 million. The agency need is for: Information Line Item (SAFETY BOOTS) Vanguard 550ST USMC approved, hot weather, steel toe, color: desert olive green, WITH EAGLE GLOBE AND ANCHOR. Line Item # 0001, Size 3 ? R, Qty 01, U/I Pair Line Item # 0002, Size 3 ? W, Qty 02, U/I Pair Line Item # 0003, Size 4 R, Qty 02, U/I Pair Line Item # 0004, Size 5 R, Qty 04, U/I Pair Line Item # 0005, Size 5 W, Qty 02, U/I Pair Line Item # 0006, Size 5 ? R, Qty 01, U/I Pair Line Item # 0007, Size 6 R, Qty 03, U/I Pair Line Item # 0008, Size 6 W, Qty 05, U/I Pair Line Item # 0009, Size 6 ? R, Qty 03, U/I Pair Line Item # 0010, Size 7 R, Qty 04, U/I Pair Line Item # 0011, Size 7 ? R, Qty 04, U/I Pair Line Item # 0012, Size 7 ? W, Qty 05, U/I Pair Line Item # 0013, Size 8 R, Qty 20, U/I Pair Line Item # 0014, Size 8 W, Qty 07, U/I Pair Line Item # 0015, Size 8 ? R, Qty 21, U/I Pair Line Item # 0016, Size 9 W, Qty 16, U/I Pair Line Item # 0017, Size 9 ? R, Qty 88, U/I Pair Line Item # 0018, Size 9 ? W, Qty 62, U/I Pair Line Item # 0019, Size 10 R, Qty 112, U/I Pair Line Item # 0020, Size 10 W, Qty 51, U/I Pair Line Item # 0021, Size 10 ? W, Qty 66, U/I Pair Line Item # 0022, Size 11 R, Qty 77, U/I Pair Line Item # 0023, Size 11 W, Qty 31, U/I Pair Line Item # 0024, Size 11 ? R, Qty 40, U/I Pair Line Item # 0025, Size 11 ? W, Qty 34, U/I Pair Line Item # 0026, Size 12 R, Qty 64, U/I Pair Line Item # 0027, Size 12 W, Qty 32, U/I Pair Line Item # 0028, Size 12 ? R, Qty 13, U/I Pair Line Item # 0029, Size 12 ? W, Qty 10, U/I Pair Line Item # 0030, Size 13 R, Qty 13, U/I Pair Line Item # 0031, Size 13 W, Qty 16, U/I Pair Line Item # 0032, Size 13 ? W, Qty 02, U/I Pair Line Item # 0033, Size 14 R, Qty 03, U/I Pair Line Item # 0034, Size 15 W, Qty 03, U/I Pair Line Item # 0035, Size 16 W, Qty 02, U/I Pair Line Item # 0036, Size 7 W, Qty 05, U/I Pair Line Item # 0037, Size 8 ? W, Qty 17, U/I Pair Line Item # 0038, Size 9 R, Qty 78, U/I Pair Line Item # 0039, Size 10 ? R, Qty 179, U/I Pair Line Item # 0040, Shipping Handling and all related expenses to: Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP 25600 Chrisman Road Tracy, CA 95376 Line Item # 0041, Shipping Handling and all related expenses to: MALS 36 SUPPLY (SSD) BLDG 602 GEIGER RD MCAS FUTENMA GINOWAN CITY 901-2200 OKINAWA, JAPAN *Please provide shipping costs and estimated lead-time for the above two shipping methods (CLINS 0040, 0041). For the purposes of these line items, the Government will make a determination based on the offered shipping method that provides the best value. DESCRIPTIVE LITERATURE: If offering an ?or equal? item, please provide detailed specifications of the product and any other information required to determine the technical acceptability of the offered product. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the government. It is the bidders responsibility to furnish information to the government to determine acceptability of the offered ?equal? items. All awards will be made by item or lot. Whichever is most advantageous to the government. THE GOVERNMENT INTENDS TO MAKE A SINGLE AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT CONSIDERING PRICE AND NON-PRICE RELATED FACTORS SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999); the following factor shall be used to evaluate offers: (i) Technically Acceptable (ii) Price Award will be made on the basis of the most advantageous proposal that meeting or exceeding the acceptability standards with technical being more important than price. FAR 52.212-3 Offeror Representations and Certification ? Commercial Items (June 2003). FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2004). FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999). FAR 52.247-34 F.O.B. Destination (Nov 1991). FAR 52.214-21 Descriptive Literature (Jan 2001). FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.233-1 Disputes (July 2002). Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. All offerors must ensure they are registered in the Central Contractor Registration (CCR) in accordance with DFARS 252.204-7004 Required Central Contractor Registration (Mar 2000), is mandatory requirement for all Government contracts. To register on line http://ccr.dlsc.dla.mil. DUNS, TIN and CAGE Code must be written on submitted quote. Payments shall be made electronically by DFAS Yokota, Japan. SUBMISSION OF OFFERS: Offers can be faxed to 011-81-6140-45-0969, sent via email to the email address below or mailed to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379. Offers must be received no later than 5:00 PM, Eastern Standard Time, 09 January 2006. Correspondence and questions related to this solicitation/synopsis may be addressed to Sgt Elieser Roque at: roquee@mcbbutler.usmc.mil Commercial Tel Phone No: 011-81-6140-45-8612 NO COLLECT CALLS WILL BE ACCEPTED. Submit questions for clarification by E-mail no later than 5 P.M. EST on 05 January 2006. All responsible sources may submit a quote that shall be considered. *****
 
Record
SN00961205-W 20060106/060104212434 (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.