SOLICITATION NOTICE
10 -- RANGE BAG KIT
- Notice Date
- 2/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- F3MT240041A001
- Archive Date
- 3/17/2010
- Point of Contact
- Travis L Davis, Phone: 910-243-0355, Diane N Williams, Phone: 910-243-2176
- E-Mail Address
-
davistl@jdi.socom.mil, williamsdi@jdi.socom.mil
(davistl@jdi.socom.mil, williamsdi@jdi.socom.mil)
- Small Business Set-Aside
- Total 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; quotes are being requested and a written solicitation will not be issued. The Purchase Request Number F3MT240041A001 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-38. This procurement is being issued as 100% Small Business Concern. The Associated North American Industrial Classification Standard (NAICS) Code is 423990, Size Standard $7.0M dollars or under. 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 brand name. The contractor shall provide the following Contract Line Item Numbers (CLIN): Range Bag Kits (Qty: 25 Kits) - All items (except the Plano Tackle Box) must be packaged as kits in the 511 Tactical Range Bag prior to delivery. Each kit shall include: (1) Bag, Range 511 Tactical, Black, Mfr: 5.11 Inc, Mfr Part# 59049-019 (1 each per kit). (2) Speedloader, BETA M4, Mfr: Beta Company, Mfr Part# LCMS10 (1 each per kit), (3) Hoppes Bore Snake, 9MM, Mfr: Hoppes; Mfr Part# 24002 (1 each per kit). (4) Hoppes Bore Snake, 5.56MM, Mfr: Hoppe's; Mfr Part# 24011 (1 each per kit). (5) Peltor Basic - Low Profile - Black Headband NRR-20 NATO Wiring. Mfr: Aearo Company; Mfr Part# MT21H61FA-02 (1 each per kit). (6) Screwdriver Set, 8900 Chapman Deluxe. Mfr: Brownells Inc; Mfr Part# 172-890-000 (Qty: 1 each per kit). (7) Tackle Box, Plano. Mfr: Plano Tackle; Mfr Part# 1350-10 (1 each per kit). (8) Pouch, Uncle Mike Kydex Double Mag (G19 MAGS); Mfr: Bushnel Corporation; Mfr Part# 51361 (1 each per kit). (9) Loader, Universal Pistol Magazine. Mfr: Brownells Inc; Mfr Part# 100-003-052 (1 each per kit). (10) Holster, Safariland Glock 19 ALS Paddle; RT Hand, Black. Mfr: Safariland; Mfr Part# 6378-283-411-K15 (1 each per kit). (11) Holster, ALS Tactical Thigh, w/Light for Glock 17/22, RH STX TAC Black. Mfr: Safariland; Mfr Part# 6354-832-131 (1 each per kit). (12) Belt Loop, Raptor Universal. Mfr: Safariland. Mfr Part# 6070UBL-2 (1 each per kit). (13) EMAG 30 RD Polymer HK416, SA-80, FN SCAR Magazine W/1 MagLevel Window. Mfr: Magpul Industries. Mfr Part# MAG241-BLK (10 each per kit). (14) Adapter, Battlelab Cross Draw/Drop Leg. Color: Coyote Brown. Mfr: Diamond back Tactical; Mfr Part# BLPM55-3-CYT (1 each per kit). (15) Cleaning System, Deluxe Military. Mfr: Otis. Mfr Part# MFG-85211-5 (Kitted in Pelican case w/ custom foam) (1 each per kit) (16) Case, Pelican 1060WL/WI, Black Clear, Color: Black w/ Clear Lid. Mfr: Pelican; Mfr Part# 1060-025-100 (to be used with MFG-85211-5 and custom foam), (1 each per kit). (17) Custom Foam for Otis Deluxe Cleaning System and 1060 Pelican Case. Mfr: Pelican. Part# 1060UNI (1 each per kit). The Otis Deluxe Cleaning Kit shall be custom package and foamed in the 1060 Pelican case then packaged in the 511 Range bag. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 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) Price (2) Delivery. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. The factor of price is slightly more important than delivery. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial Items, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) 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 Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 2 Mar 2010. The preferred method for submitting quotes is by email (davisTL@jdi.socom.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 Travis Davis at (910)243-0355. Any questions referencing this solicitation will be submitted in writing via email at davisTL@jdi.socom.mil, not later than 24 Feb 2010. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above. Point of Contract Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davisTL@jdi.socom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/F3MT240041A001/listing.html)
- Place of Performance
- Address: MALVESTI RD, BLDG 3-1947, POPE AFB, North Carolina, 28308, United States
- Zip Code: 28308
- Zip Code: 28308
- Record
- SN02067115-W 20100219/100217234903-1f7b2ea088609c2b3ea1071e86441313 (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 |