SOLICITATION NOTICE
84 -- Security Forces Deployment Gear
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-11-T-0050
- Archive Date
- 9/17/2011
- Point of Contact
- Chandler S. Lyles, Phone: 2406125668, Usmaan Z. Chaudhry, Phone: 2406125637
- E-Mail Address
-
chandler.lyles@afncr.af.mil, usmaan.chaudhry@afncr.af.mil
(chandler.lyles@afncr.af.mil, usmaan.chaudhry@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Security Forces Deployment Gear for the 11th SFG 24 August 2011 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number FA2860-11-T-0050 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This requirement is a 100% small-business set-aside. This is both a brand name only requirement and a brand name or equal requirement. The items that are specific brand name are distinguished below. The "or equal" items must have the same salient physical, functional, and performance characteristics of the brand name item to be accepted. If providing an equivalent model, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal product. The North American Industry Classification System (NAICS) code is 315211 Men's and Boys' Cut and Sew Apparel Contractors, and the business size standard is 500 employees. 3. The Government will award a firm fixed price contract for Security Forces Deployment Gear for the 11th Security Forces Squadron at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 Duracell Procell 9V Battery 12 per pack -OR EQUAL 36 EA 0002 Lithium Batteries Clamshell 12 per pack -OR EQUAL 165 EA 0003 Duracell AA Batteries 12 per pack -OR EQUAL 170 EA 0004 Police Whistle, Black -OR EQUAL 200 EA 0005 Combat Arms Blister Pack w/ Case and Lanyard -OR EQUAL 50 EA 0006 Seal Skinz Waterproof over the calf socks, Black, Size Small -BRAND NAME 100 EA 0007 Seal Skinz Waterproof over the calf socks, Black, Size Medium -Brand Name 100 EA 0008 Seal Skinz Waterproof over the calf socks, Black, Size Large -Brand Name 100 EA 0009 Seal Skinz Waterproof over the calf socks, Black, Size X-Large -Brand Name 100 EA 0010 Paper Mate Sharpwriter Mechanical Pencil.05oz; 12 per pack -OR EQUAL 30 EA 0011 Storm 100 oz Hydration System, Foliage Green -OR EQUAL 160 EA 0012 3903 Vinyl Duct Tape Red, 2"x 50 Yds- 6.2 mil -OR EQUAL 20 EA 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 11th SFG 3537 Salem Dr. Joint Base Andrews NAF, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.214-31 - Facsimile Bids (Dec 1989); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B. Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 Perimeter Rd, Suite 2780 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to Chandler Lyles at chandler.lyles@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EST, 29 August, 2011. Quotes shall be submitted no later than 12:00 PM EST, 2 September, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0050/listing.html)
- Place of Performance
- Address: 3537 Salem Dr., Joint Base Andrews NAF, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02548485-W 20110826/110825000932-0874555fe08405cce8c5dc4e0107306a (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 |