Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

78 -- ATHLETIC TRAINING EQUIPMENT - ITEM DESCRIPTIONS AND SHIPPING INFO

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods 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
H92240-12-T-0067
 
Archive Date
6/23/2012
 
Point of Contact
Wayne S Johnson, Phone: 619-537-1368, Cynthia Y. Urias, Phone: 619-537-1365
 
E-Mail Address
wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil
(wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ITEMS DESCRIPTION AND SHIPPING INFORMATION 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. The Request for Quote (RFQ) H92240-12-T-0067 is issued as a Total Small business set aside. The applicable North American Industry Classification System (NAICS) code is 339920 (Sporting and Athletic Goods Manufacturing) and Federal Supply Code (FSC) is 7810 (Athletic and Sporting Equipment). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (Effective 18 APR 2012). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order, Contract Line Item Number (CLIN): NOTE: All items are to be priced separately and quoted shipping FOB destination. Each item quoted shall contain Description, Manufacturer's Name and Part Number. This solicitation is an all or nothing request for quote. CLIN 0001 1 Lot consisting of all items listed in Attachment 1. Each item to be priced separately. PACKAGING REQUIREMENTS: N/A OTHER INFORMATION: Inspection and acceptance shall take place at Destination. 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Must be technically acceptable and Brand Name or Equal must meet the salient physical, functional, or performance characteristics as specified in this solicitation. 2. The offeror's ability to provide customer with all requested itemS 3. Price. This will be a lowest priced, all or none, technically acceptable procurement. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destinations as shown in Attachment 1, ITEM DESCRIPTION AND SHIPPING INFO, which is made part of this solicitation. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev) (MAR 2012)52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011) 52.232-8 Discounts For Prompt Payment (FEB 2002) 52.232-11 Extras (APR 1984) 52.233-1 Disputes (JUL 2002) 52.242-17 Government Delay of Work (APR1984) 52.247-29 F.O.B. Origin (FEB 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil 52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil The following clauses incorporated in 52.212-5 are also applicable: 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) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) The following DFAR provision and clauses apply to this acquisition and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007) 252.204-7006 Billing Instructions (OCT 2005) 252.211-7003 Item Identification and Valuation. As prescribed in 211.274-6 (a), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (DEC 1991) The following clauses are incorporated by reference in 252.212-7001 paragraph (b): 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002) The following SOFAR provision and clauses apply to this acquisition and are incorporated by reference: 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Wayne S. Johnson, email wayne.s.johnson.ctr@navsoc.socom.mil DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Wayne.S.Johnson email: wayne.s.johnson.ctr@navsoc.socom.mil no later than 23 MAY 2012 at 1000 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following email address: wayne.s.johnson.ctr@navsoc.socom.mil.. Quoters shall ensure quotes, and signed amendment(s) are submitted and received by the NSW Contracts Office 08 JUNE 2012 10:00 PST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-12-T-0067. Quoters shall ensure quotes include the total amount for the entire solicitation. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. NSW Contracts Office POC:Wayne S. Johnson, contractor, email: wayne.s.johnson.ctr@navsoc.socom.mil. 5652.209-9003 USE OF CONTRACTOR SUPPORT/ADVISORY PERSONNEL AS CONTRACT SPECIALISTS (JAN 2006) (IAW SOFARS 5609.507-1(b)) 5652.209-9002 USE OF CONTRACTOR SUPPORT/ADVISORY PERSONNEL FOR REVIEW OF PROPOSALS (JAN 2006) (IAW SOFARS 5609.507-1(a))
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd5acbe2983f94358de78fe232096abe)
 
Place of Performance
Address: Shipping Addresses are listed in Attachment 1., United States
 
Record
SN02743545-W 20120511/120509235506-cd5acbe2983f94358de78fe232096abe (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.