Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2014 FBO #4436
SOLICITATION NOTICE

84 -- HGU-84/P Camouflage Helmet Covers

Notice Date
1/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315280 — Other Cut and Sew Apparel Manufacturing
 
Contracting Office
M67865 MARINE CORPS AIR STATION MIRAMAR - CONTRACTING OFFICE SAN DIEGO, CA
 
ZIP Code
00000
 
Solicitation Number
M6786514T0007
 
Response Due
1/22/2014
 
Archive Date
2/22/2014
 
Point of Contact
Sgt. Daniel Usani (858) 577-4541
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number M67865-14-T-0007 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20131118. The NAICS code is 315280, the small business size standard is 500 employees. This acquisition is a 100% small business set-aside. Any quotations received from concerns other than small businesses will not be considered for award. MALS 16, Marine Corps Air Station (MCAS), Miramar, has a requirement for HGU-84/P Woodland, Desert fabric pattern helmet covers. The salient characteristics of the requirement are as follows: The HGU-84/P helmet used CH-53E pilots and air crew is white in color. The Woodland, Desert fabric pattern helmet covers are used for tactical situations. White Velcro is pasted around the outside edge of the helmet and perimeter of helmet cover, so they can attach tightly, in a wrinkle free manner. The cover should have a pouch for the AN/AVS-6 battery pack. There are protective flaps for the NVG mount and the HSS assembly. Relief holes should allow for removal of the cover without disconnecting the communication, NVG pigtail, rear mount, and mic wires. All materials and fabrication must be in accordance with NAVAIR 13-1-6.7-3. The following sizes and quantities are required: CLIN 0001: Medium (Qty 6) CLIN 0002: Large (Qty 57) CLIN 0003: X-Large (Qty 22) CLIN 0003: X-Large Wide (Qty 2) The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The following FAR clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.204-7 System for Award Management; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013), and citing: 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-13, and 52.232-30, 52.232-33; ); 52.247-34 F.o.b. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference, http://farsite.hill.af.mil/. The following DFARS clauses and provisions apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.209-7002 Disclosure of Ownership or Control by a Foreign Government; 252.225-7000 Buy American Statute-Balance of Payments Program Certificate; 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. The following information shall be provided with any quotes provided by the offeror: - Commercial and government entity code (Cage). - Taxpayer identification number (Tin). - Data universal numbering system (Duns). - Three (3) past performance references from previous contracts performed within the last 3 years that are similar in scope as the requirement in this solicitation. Offerors must be registered in the System for Award Management (SAM) to be eligible for award. For information on registering with the SAM, visit www.sam.gov. Offerors are advised that they are responsible for ensuring their quotations have been received prior to the expiration date and time of this solicitation. Any quotations received later than the closing date and time or with missing information requested in this solicitation, will not be considered for award and will be considered as non-responsive. The Contractor receiving the award will be required to utilize the Wide-Area Work Flow Receipt and Acceptance (WAWF-RA) for invoicing, and can self-register at https://wawf.eb.mil. All responses to this RFQ are due by 22 January, 2014 12:00 pm PST. Late offers/ responses will not be considered. Offers can be faxed to +1 (858) 577-1492 or emailed to daniel.usani@usmc.mil. Telephone inquiries shall not be accepted. The MCAS Miramar Contracting Office, San Diego, CA intends to make a single award to the responsible offeror whose offer is found to be the most advantageous to the Government. The following factors shall be used to evaluate offers: Technical Acceptability, Price, & Past Performance. Failure to provide offers that meet the minimum requirements may result in your quote being considered non-responsive. All questions/concerns must be presented to Sgt Daniel Usani, via e-mail address daniel.usani@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67865/M6786514T0007/listing.html)
 
Record
SN03267064-W 20140116/140114234119-c60643ae24a854641f8fa2030953a12f (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.