Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2004 FBO #0780
SOLICITATION NOTICE

13 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 332995, SB standard 500 employees. Purchase of 36 each Rapid Deployed breaching kits.

Notice Date
1/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-04-T-0246
 
Response Due
1/15/2004
 
Archive Date
3/15/2004
 
Point of Contact
Robert Batangan, (808) 438-6535 ext 199
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(Robert.Batangan@shafter.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Solicitation may be also viewed at the Army Single Face to Industry website at https://acquisition.army.mil/default. Proposals are being requested and a written solicitation will not be issued. The solicitation number W912CN-04-T-0246 IS ISSUED AS A Request for Quote (RFQ) and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 332995 with a small business standard of 500 employees. The acquisition is a firm-fixed contract to purchase 36 each Rapid Deployed breaching Kits, National Security Associates 123-AEBK-3 or equal. Includes: 8 kit deployable transport cases with conform grip retractable handle and 2 inches urethane wheels that meet MIL Std 4150-J, 3 electrashield boltmaster (black) with advances polymer handles non conductive arc to 100,000 volts, 3-10 lb eletrashield thunders sleges with advance polymer handles non cond uctive that arc to 100,000 volts, 3 spec ops electrashield hallagan tool with advance polymer handles non conductive that arc to 100,000 volts; 3 MIL finished breaching shotguns with serrated breacher, pistol grip, shoulder bungic sling with barrel retent ion holster, 1 level III A ballistic/shrapnel blanket and stretcher deployable with 6ft portal assault ladder; 1 portal ladder kit (14 foot ladder, back pack, ladder hooks, suppport sleeves, 2 inches repair kit parts kit) 1 -12 inches quickcut saw (2 spar e belts and repair kit) 10 Metal cutting blades, 10 concrete cutting blades, 1 12 inches ultra blade, 3 utility axes, 3 allen collapsible acrylic pocket tactical mirrors with pen light; 1 Army Rapid Deployable Breaching kit, Part and field repair manual ( hard copy and & CD); 1 Army Rapid Deployable Breaching kit, use and Safety Manual (hard copy and CD); 1 On site inspection specialist at facility for coordination (minimum 20 kts). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, app ly. FAR 52.212-2 Evaluation Commercial Items As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet t he delivery schedule; (4) Price/Cost of the Brand name or equal as described in contract line items (CLINs) 0001. Offerors who fail to follow the format and requirements listed in 1 through 4 may be found unacceptable. Proposals will initially be evaluat ed for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, acceptable past performance and ability t o meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offeror??????s best terms from a cost or price and technical standpoint. Of ferors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications Commercial Items and 52.212-7000 Offeror Representations and Certifications Commercial Items with all offers. The clause at FAR 52.212-4, Con tract Terms and Conditions Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity?????? 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Busines s Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222- 0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 El ectronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisiti ons of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7 024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLIN 0001 - 09 FEB 2004. DELIVERY IS CRITICAL AND AWARD MAY BE BASED ON QUICKEST DELIVERY. If the offeror is una ble to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performance shall be fa xed to the Army Contracting Agency, RCO-HI, ATTN: Fax numbers (808) 438-6544 or 438-1337 no later than 15 JAN 2004 AT 12:00 PM. Hawaii Standard Time or maybe emaild to baltunadod@shafter.army.mil. For information regarding this solicitation, contact Diane Baltunado at baltunadod@shafter.army.mil. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00503771-W 20040116/040114212149 (fbodaily.com)
 
Source
FedBizOpps.gov 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.