Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
MODIFICATION

84 -- Tactical Body Armor

Notice Date
9/14/2004
 
Notice Type
Modification
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-04NA25569
 
Response Due
8/30/2004
 
Small Business Set-Aside
N/A
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses to this announcement shall reference Request for Proposal (RFP) No. DE-RP52-04NA25569. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition is a 100% small business set-aside; the North American Industry Classification System (NAICS) Code is 315211 with a corresponding size standard of 500 Employees. The US Department of Energy, National Nuclear Security Administration (NNSA) Service Center, plans to award a five-year requirements contract to acquire Tactical Body Armor and Accessories described in Attachment 1. The estimated quantity to be ordered during the five-year contract term is provided in Attachment 2. The Offeror???s firm-fixed-prices for items in the attached specification shall include all taxes, fees, shipping/transportation costs, etc., shall be submitted for each line item for each year of the contract in a format similar to Attachment 3. All supplies ordered under this contract shall be delivered to the NNSA Office of Secure Transportation, 4th Avenue, Building 1789, Barling, AR 72923. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered; therefore, award will be made based on the evaluation factors listed in Attachment 4. Offerors shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following FAR clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt I); 52.219-6, Notice of Total Small Business Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. Additional ???requirements contract??? clauses are provided in full text in Attachment 5. Electronic responses/offers to this combined synopsis/solicitation will only be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. SUBMISSION OF OFFERS BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Offers submitted by other methods will not be considered. Offers must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 10:00AM MOUNTAIN DAYLIGHT TIME, TUESDAY, SEPTEMBER 21, 2004. Offers shall be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the Offeror, prior to the Offer due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." It is the Offeror???s responsibility to monitor the IIPS site for the release of amendments (if any). All questions or inquiries regarding this solicitation, including any additional details regarding the specifications, shall be e-mailed to the Contract Specialist, David Gallegos, at dgallegos@doeal.gov. Note: All attachments referenced in this synopsis/solicitation are located at the bottom of the Solicitation Form web page at http://e-center.doe.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/AC031EE0698BE0E485256F0E0079C794?OpenDocument)
 
Record
SN00672695-W 20040916/040914211737 (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.