Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2011 FBO #3452
SOLICITATION NOTICE

93 -- Ballistic Wall Belts, Vulcanized - Package #1

Notice Date
5/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-11-T-0031
 
Archive Date
6/19/2011
 
Point of Contact
Cynthia Y. Urias, Phone: 619-537-3292
 
E-Mail Address
cynthia.urias@navsoc.socom.mil
(cynthia.urias@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description Quote Sheet 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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Any such responses must be in writing, must meet the specified evaluation criteria, including technical and pricing information. The Government will not pay for any information submitted. All responses from responsible sources will be fully considered. Solicitation number H92240-11-T-0031 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-51. See Numbered Note 01. The proposed action is 100% set aside for small business concerns. This is a simplified acquisition for small business concerns using FSC: 9320 NAICS: 326220, SIZE: 500 MIL F.O.B Destination. CLIN 0001: Provide 380 SHEETS OF WHITE DURASHIELD REINFORCED TARGET BELT RUBBER: Measurements: 8' x 4' x 3/8" Material made from: 2-ply Nylon reinforced white durashield Color: White Capabilities: Rubber must be able to support its weight once mounted to the walls. Product is to be used in a shooting range. Additional Specifications: The overall gauge required is 3/8 thick assuring maximum resistance to military grade ammunition pass through protection, and with absolute minimum ricochet return effect, to the back side of the covering with minimal effect to the centralized reinforcing fabric. Requirement is for "American-Biltrite Ballistic Rubber or equal to" wall pads for military use. Consisting of 2-ply fabric reinforcing plies of high strength polyester fabrics vulcanized between AB White Dura Shield, high tensile, specially formulated NR rubber that provides an ultimate self-healing property that helps prevent splash back from bullet impacts. The overall gauge required is 3/8" thick assuring maximum resistance to military grade ammunition pass through protection, with absolute minimum ricochet return effect, to the back side of the covering with minimal effect to the centralized reinforcing fabric. DIN rating of Dura Shield is 160; NBS rating is 100%. Tensile Strength of Dura Shield is 3300 psi and tear resistance at 40 durometer is more than 350 lb/in. Potential offeror note that the following provisions apply to this acquisition and will be used. 52.212-1 Instructions to Offerors-Commercial Items (OCT 2008). 52.212-2 Evaluation-Commercial Items (Jan 1999). See below. 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). See attached and submit with proposal. (Ensure ORCA database is active.) 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2011). The following clauses are incorporated by reference in 52.212-5 paragraph (a): 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); paragraph (b): 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52-222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (FEB 2009) (Applies to all contracts) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.S. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). This acquisition incorporates the additional FAR clauses: 52.204-7 Central Contractor Registration (APR 2008). (CCR must be active.)52.232-18 Availability of Funds (APR 1984) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil 252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007). 252.211-7003 Item Identification and Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009). The following clauses are incorporated by reference in 252.212-7001 paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009). (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003). The following are added as addenda to FAR 52.212-1 Additional instructions to the offerors: 1. All quotes must be received via e-mail not later than closing date: June 04, 2011 07:00 AM PST. No extensions will be granted. 2. All responsible business may submit a quote that shall be considered. Submit inquires and quotations to Contract Specialist, Cynthia Urias, Ph 619-537-3292 Fax 619-473-3547. E-mail: cynthia.urias@navsoc.socom.mil 3. Any resulting contract will be firm fixed price. 4. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR is www.ccr.gov The following are addenda FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS Offeror proposals for this acquisition will be evaluated on: a. Proposed item must be technically acceptable. (Must meet specifications as described herein). b. Must provide specification sheet along with attached quote. c. Ability to deliver within 6 to 8 weeks from date of award. d. Price
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/594622c784feaf471bf5d4981026b792)
 
Place of Performance
Address: NSWG-1 RANGE TARGET, 2150 La Posta Road, Campo, CA 91906, CAMPO, California, 91906, United States
Zip Code: 91906
 
Record
SN02441649-W 20110508/110506234058-594622c784feaf471bf5d4981026b792 (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.