Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2007 FBO #1908
SOLICITATION NOTICE

84 -- Individual Equipment

Notice Date
2/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F73STS70380100
 
Response Due
3/8/2007
 
Archive Date
3/23/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Purchase Request Number F73STS70380100 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-15. This procurement is being issued as a 100% Service Disabled Veteran Owned Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 451110, Size Standard $6.0 Mil. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by a brand name or equal description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of the products that will be satisfactory. Quotations offering equal items will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in this solicitation. Offerors not providing technical information on equal items will be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Knife, 9100 Autostryker Benchmade (Model #9100SBK, NSN-1095-01-456-4457) or equal. Quantity: 50. CLIN 0002 Duffle, Large volume wheeled, Marmot Behemoth Endless Road (Model/Style #4020-001) or equal. Color: Black. Quantity: 50. CLIN 0003 Pack, Modular Travel, Eagle Creek Maiden Voyage 70L (Item #10053) or equal. Color: Graphite. Quantity: 50. CLIN 0004 Bag, Rolling BlackHawk A.L.E.R.T. (SKU: 20LO03BK) or equal. Color: Black. Quantity: 100. CLIN 0005 Harness, Black Diamond Bod Harness or equal. Total Quantity: 40 Size: Small (5), Medium (15), Large (15), X-Large (5). CLIN 0006 Helmet, ProTec PJ Helmet (Half) or equal. Total Quantity: 40 Size: Medium (20), Large (20). CLIN 0007 Swim Vest/PFD, Lotus Designs, Rio Bravo Swim Vest PFD or equal. Color: TAR. Total Quantity: 35. Size: Small/Medium (15), Large/X-Large (20). CLIN 0008 Bottle, 32 oz Nalgene Lexan Wide-Mouth Loop Top Bottle 32 oz. or equal. Color: Clear with Black lid. Quantity: 100. CLIN 0009 Splashguard, Nalgene 32oz. Splashguard or equal. Color Black. Quantity: 100. CLIN 0010 Backpack, Camelbak H.A.W.G. MG Military Model or equal. Color: Black. Quantity: 75 CLIN 0011 Filter, Camelbak Hydrolink In-Line Microfilter (NSN 8465-01-517-4770) or equal. Color: Black. Quantity: 2. CLIN 0012 Bladder, Camelbak, Replacement Bladder, 100oz. or equal. Model: CK-90392. Quantity: 44. CLIN 0013 Headlamp, Petzl Tactikka Plus LED with Red Filter headlamp (Item #E49P) or equal. Quantity: 150. CLIN 0014 IR Filter, SureFire FM33 Infrared IR Filter for 6P Flashlight or equal. Quantity: 100. CLIN 0015 Red Filter, SureFire FM35 Red Beamfilter for 6p Flashlight or equal. Quantity: 63. CLIN 0016 Bivy, Outdoor Research Advanced Bivy (Style: 40141) or equal. Color: Mojo Blue. Quantity: 50. CLIN 0017 Sleeping pad, Therm-A-Rest Toughskin Sleeping Pad or equal. Size: Regular. Quantity: 100. CLIN 0018 Sleeping Bag, Snugpack Sleeping Bag, Merlin Softie 3 or equal. Color: Black. Quantity: 50. CLIN 0019 Balaclava, Outdoor Research WindStopper Gorilla Balaclava or equal. Color: Black. Total Quantity: 70. Size: Small (20), Medium (25), Large (25). CLIN 0020 Belt, BlackHawk CQB Belt or equal. Color: Black. Quantity: 100. Size: Medium/ Up to 41. CLIN 0021 Gloves, North Face Pamir Windstopper Gloves or equal. Color: Black. Total Quantity: 55. Size: Small (5), Medium (20), Large (20), and X-Large (10). CLIN 0022 Mitts, Outdoor Research Index Mitts (Style #70331) or equal. Color: Black. Total Quantity: 55. Size: Small (5), Medium (20), Large (20), and X-Large (10). CLIN 0023 Gloves, Wigwam Poly Glove or equal. Color: Black. Total Quantity: 55. Size: Small (5), Medium (20), Large (20), and X-Large (10). CLIN 0024 Gloves, Friction Fighter Nt Gloves (P/N: 8415ff) or equal. Color: Black. Total Quantity: 120. Size: Medium (50), Large (50), and X-Large (20). CLIN 0025 Bungee Cords, Brigade QuarterMaster Camo Bungee Cords, 4packs (P/N:SCB1246) or equal. Color: Woodland. Quantity: 100 packs. CLIN 0026 Goggles, Bolle T-800 Tactical Goggle with Clear 2.2mm lens or equal. Quantity: 50. CLIN 0027 Replacement Lens, Bolle T-800 Tactical Goggles 2.2mm Replacement Lens or equal. Quantity: 50. CLIN 0028 Knee caps, ArcTeryx Knee Caps or equal. Quantity: 75. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 60 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd., Pope AFB, NC 28308. The following factors will be used to evaluate offers; (1) Technical Acceptability, (2) Price, (3) Delivery. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price and price slightly more important than delivery. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006). Online Representations and Certifications (ORCA) are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certifications will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5 Contract Terms and Conditions required to implement statues or executive orders ? Commercial (Nov 2006); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003); DFARS 252.212-7000 Offeror Representation and Certification ? Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items (Jan 2007); DFARS 252.204-7004 Alt A Central Contractor Registration (Nov 2003); DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005). QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS clause 52.212-3 (ensure Federal Tax ID info is included). (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at Http://www.fedbizopps.gov It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTES ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 08 Mar 07. The preferred method for submitting quotes is by email (lesiakd@jdi.army.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number 910-243-0249. The POC for confirmation is Dana Lesiak at 910-243-1124. Any questions regarding this solicitation will be submitted in writing via email at lesiakd@jdi.army.mil, not later than 02 Mar 07. The point of contact for this solicitation is Dana Lesiak, Contract Specialist at 910-243-1124 or lesiakd@jdi.army.mil.
 
Place of Performance
Address: BLDG 3-1947 MALVESTI RD., POPE AFB NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01232409-W 20070216/070214221203 (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.