SOLICITATION NOTICE
78 -- Battery Powered Lanterns
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- BLM FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
- ZIP Code
- 00000
- Solicitation Number
- L11PS00626
- Response Due
- 6/7/2011
- Archive Date
- 7/7/2011
- Point of Contact
- Diane Barker
- E-Mail Address
-
dbarker@blm.gov
(dbarker@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L11PS00626. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-52. This requirement is 100% set aside for Small Business and the NAICS code is 423910, Sporting and Recreational Goods and Supplies Merchant Wholesalers. The business size standard is 500 employees.The BLM National Interagency Fire Center has a requirement for quantity 2000 lanterns as per the specifications. Specifications for the Fluorescent Camp Lantern are as follows: 1. Size: Not to exceed 12 inches high by 6 inches wide. 2. Shape: Oval, square or rectangular. No hooded reflectors extending beyond globe 3. Variable light settings: Minimum of three settings, high, low and off. 4. Powered by "D" Batteries. Minimum of 175 lumens. 5. Handle for carrying or hanging. 6. Weight not to exceed 6 pounds 7. Weather-resistant. All transportation or freight costs for order shall be paid by the Contractor and included in the unit price quoted for each item. All items shall be visually inspected by the Government for compliance with the contract specifications. No items shall be accepted that do not comply with the specifications. Final acceptance shall be the responsibility of the Contracting Officer (CO).The following provisions and clauses apply to this procurement: FAR 52.211-6; FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply: FAR 52.219-06; FAR 52.219.28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1; FAR 52.225-13; FAR 52.232-33. Para (c) following clauses apply: none); DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.214-21DESCRIPTIVE LITERATURE; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS. Past Performance when combined with Technical shall equal Price. PAST PERFORMANCE: Offeror shall provide company/organization names, contract number, name of contact person, and telephone number for three (3) contracts/orders performed within the last year of similar magnitude, including at a minimum of one federal government contract. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. TECHNICAL--Offeror shall provide detailed product literature for verification that product bid, meets solicitation specifications.The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number L11PS00626, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes must be received by June 7, 2011, 1500 MT at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354, or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L11PS00626/listing.html)
- Record
- SN02461765-W 20110603/110601235109-622b4f56c8f9003276c2ab487a1a5e43 (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 |