SOLICITATION NOTICE
93 -- RATCHET TIE DOWN STRAPS
- Notice Date
- 1/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-06-T-0024
- Response Due
- 1/23/2006
- Archive Date
- 3/24/2006
- Small Business Set-Aside
- Total HUB-Zone
- Description
- (i)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 announcement constitutes the only solicitation; pro posals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-06-T-0024. This acquisition is issued as a Request For Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. (iv) This acquisition is set-aside for HUBZONE Small Business Set-Aside. The associated NAICS code is 2399. The small business size standard is 500. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable. CLIN 0001 Heavy duty Ratchet tie down straps, 1 inch wide by 10 feet long. Color: black; MUST have J Style twin finger hook on each side of strap. Minimum breaking strength of at least 1000 lbs. Quantity: 4200 each. (vi) Description of requirements: N/A. (vii) Delivery is required by 02/27/06. Delivery shall be made to US Army Research Laboratory, Bldg. 1646, White Sands Missile Range, NM 88002-5513. Accep tance shall be performed at ARL/White Sands Missile Range, NM. The FOB point is FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provisi on: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resul ting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors listed in order of importance shall be used to evalua te offers: (1) Compliance with Technical Specifications listed in item description, (2) Delivery Schedule, and (3) Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time fo r acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations af ter its receipt, unless a written notice of withdrawl is received before award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Rep resentations and Certifications -Commercial Items, with its offer. Offer shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror ha s not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (b) through (i) of this provision, which can be accessed at http://farsite.hill.af.mil (xi) The clause at 52.212- 4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses ci ted in this clause are applicable: 52.204-7, Central Contractor Registration (Oct 2003), 52.204-8, Annual Representations And Certifications (Jan 2005)52.212-1, Instructions to Offerors -- Commercial, 52.212-2, Evaluation -- Commercial Items and Criteria, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items. 52.219-14 Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportuni ty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Actions for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eli gible Veterans, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.223-9. The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.227-7015, Technical Data-Commercial Items (NOV 1995), 252.227-7037, Validation of Restrictive Markings on Technical Data (S EP 1999). 252.232-7003 Electronic Submission Of Payment Requests (Jan 2004), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). (xiii) The following additional contract requ irement(s) or terms and conditions apply: N/A (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 01/23/2006 by 11:00 am MST , at US Army RDECOM Acquisition Center, RDECOM ACQ CTR-WSMR Branch, Building 1624, Room 219, White Sands Missile Range, NM 88002-5513. (xvii) For information regarding this solicitation, please contact Gloria Mormon, Contract Specialist, 505-678-0697, em ail address: gmormon@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - WSMR ATTN: AMSRD-ACC-AW WSMR NM
- Zip Code: 88002-5513
- Country: US
- Zip Code: 88002-5513
- Record
- SN00968225-W 20060120/060118212358 (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 |