SOLICITATION NOTICE
35 -- Surefire Hellfire Illuminator Spotlights
- Notice Date
- 3/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92237-06-T-1507
- Response Due
- 3/11/2006
- Archive Date
- 3/26/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Combined Joint Special Operations Task Force-Afghanistan, Kandahar, Afghanistan has a requirement for the purchase of 22 each Surefire Hellfire Spotlights with rail mounts for crew served weapons (.50 cal / M240B). 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the Request for Quotation number H92237-06-T-1507. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-07. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at www.farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 335129. Size Standard is 500 employees. This requirement is set aside 100% for small business. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. REQUIREMENT CLIN 0001 ? 22each Surefire Hellfire Spotlights with rail mounts for crew served weapons (.50cal/M240B) CLIN 0002 ? Delivery of (CLIN 0001) to Kandahar, Afghanistan. DHL or FedEx delivery. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor?s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: (Quotes shall be evaluated as to technical, price, delivery time and past performance. Award shall be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government) The Government may issue multiple awards; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (DFARS) 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration; 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 (Deviation), 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.222-36 Affirmative Action For Workers with Disabilities, 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications. Additionally, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE VIA EMAIL: Quotes shall be addressed to MAJ Carl S. Oelschig, CJSOTF-A, TF 73, Contracting Officer, Kandahar, Afghanistan, APO AE 09355, not later than 3:00 p.m. ET, 11 March 2006. E-mail submissions can only be accepted at carl.oelschig@us.army.mil. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, CLINS 0001 and 0002, to include unit and total price, (2) completed Representations and Certifications, (3) acknowledgement of any amendments that may be issued, (4) Delivery Time and (5) past performance information. Questions regarding this solicitation must be emailed to MAJ Carl S. Oelschig at carl.oelschig@us.army.mil. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is MAJ Carl S. Oelschig, Contingency Contracting Officer at e-mail, carl.oelschig@us.army.mil
- Place of Performance
- Address: CJSOTF-A, TF 73, APO AE 09355
- Record
- SN01000240-W 20060306/060304211858 (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 |