SOLICITATION NOTICE
84 -- Aviator's Flightsuits
- Notice Date
- 2/9/2004
- 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-0357
- Response Due
- 2/11/2004
- Archive Date
- 4/11/2004
- Point of Contact
- verbeckmoesk, 8084386535
- E-Mail Address
-
Email your questions to ACA, Fort Shafter
(verbeckmoesk@shafter.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposal s are being requested and a written solicitation will not be issued. The solicitation number DAPC50-04-T-0357 IS ISSUED AS A Request for Quotation (RFQ), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-4 5. The North American Industry Classification System code is 315225, with a small business standard of 500 employees. The acquisition is a firm-fixed contract to purchase various sizes of coveralls flyers. Coveralls flyers are as follows: Item 0001, 3/ EA- Coveralls Flyers, Desert Tan, size: 32R Aramid Main Body, Plain Weave Main Body, Fire Resistant, Static Electricity R. Item 0002, 3/EA- Coveralls flyers, desert tan, size: 32S Aramid Main Body, Plain Weave Main Body, Fire Resistant, Static Electricity R. Item 0003, 12/EA - Coveralls Flyers, Desert Tan, Size: 34R Aramid Main Body, Plain Weave Main Body, Fire Resistant, Static Electricity R. Item 0004, 6/EA - Coveralls Flyers, Desert Tan, Size: 34S. Item 0005, 3/EA- Coveralls Flyers, Desert Tan, Size: 36L. Item 0006, 30/EA- Coveralls Flyers, Desert Tan, Size: 36R. Item 0007, 33/EA - Coveralls Flyers, Desert Tan, Size: 36S. Item 0008, 30/EA- Coveralls Flyers, Desert Tan, Size: 38L. Item 0009, 69/EA- Coveralls Flyers, Desert Tan, Size: 38R. Item 001 0, 30/EA- Coveralls Flyers, Desert Tan, Size: 38S. Item 0011, 45/EA- Coveralls Flyers, Desert Tan, Size: 40L. Item 0012, 171/EA- Coveralls Flyers, Desert Tan, Size: 40R. Item 0012, 42/EA- Coveralls Flyers, Desert Tan, Size: 40S. Item 0014, 3/EA- Covera lls Flyers, Desert Tan, Size: 40XL. Item 0015, 120/EA- Coveralls Flyers, Desert Tan, Size: 42L. Item 0016, 276/EA- Coveralls Flyers, Desert Tan, Size: 42R. Item 0017, 57/EA- Coveralls Flyers, Desert Tan, Size: 42S. Item 0018, 6/EA- Coveralls Flyers, De sert Tan, Size: 42XL. Item 0019, 114/EA- Coveralls Flyers, Desert Tan, Size: 44L. Item 0020, 225/EA- Coveralls Flyers, Desert Tan, Size: 44R. Item 0021, 24/EA- Coveralls Flyers, Desert Tan, Size: 44S. Item 0022, 3/EA- Coveralls Flyes, Desert Tan, Size: 44XS. Item 0023, 39/EA- Coveralls Flyers, Desert Tan, Size: 46L. Item 0024, 96/EA- Coveralls Flyers, Desert Tan, Size: 46R. Item 0025, 96/EA- Coveralls Flyers, Desert Tan, Size: 46S. Item 0026, 27/EA- Coveralls Flyers, Desert Tan, Size: 48L. Item 002 7, 36/EA- Coveralls Flyers, Desert Tan, Size: 48R. Item 0028, 3/EA- Coveralls Flyers, Desert Tan, Size: 48S. Item 0029, 9/EA- Coveralls Flyers, Desert Tan, Size: 50R. Item 0030, 3/EA- Coveralls Flyers, Desert Tan, Size: 56L. Delivery of supplies shall be made FOB destination to Schofield Barracks, Hawaii 96857-5006. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. 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 the delivery schedule; (4) Price/Cost of the Brand name or equal as described in contract line items (CLIN s) 0001 thru 0030. Offerors who fail to follow the format and requirements listed in 1 through 4 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Awa rd will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, and ability to 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. Offerors must include a compl eted 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, Contract Terms a nd 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; FA R 52.203-10, Price or Fee adjustment for Illegal or Improper Activity?????? 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmativ e 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 Imple ment Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ?????? Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic 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 Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225 -7007 Buy American Act ?????? Commodities; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 thru 0030, 30 days after date of award. If the off eror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 thru 0030 within 21 days after date of award. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performanc e shall be mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 02/11/2004, 2:00 P.M. Hawaii Standard Time. For informatio n regarding this solicitation, contact Kathleen Verbeckmoes (808) 438-6535, extension 210. 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
- Zip Code: 96858-5025
- Record
- SN00518859-W 20040211/040209215426 (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 |