Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2006 FBO #1750
SOLICITATION NOTICE

59 -- LED Tactical Flashlight

Notice Date
9/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M00318 Kaneohe Bay, HI
 
ZIP Code
00000
 
Solicitation Number
M0031806T1061
 
Response Due
9/13/2006
 
Archive Date
10/4/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, 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. The Request of Quote solicitation number is M00318-06-T-1061. This solicitation document and incorporated provision and clauses are those in effect through FAC 2005-12. This is an unrestricted acquisition. The Regional Contracting Department, Marine Corps Base Hawaii intends to negotiate a Firm-Fixed contract for CLIN 0001: LED Tactical Flashlight. EDC UltimateTM 60 or equal. Light source: White LED Lumens Range: 60 -0.3 Maximum Weight: 4 ounces Maximum dimensions: 40mm X 100mm (1.6? X 4?) Lens requirements: polycarbonate with scratch resistant and anti-reflective coating. (Resists breakage) Power requirements: single battery (prefer lithium). A minimum of 60 lumens for a minimum 30 minutes and a minimum of 10 lumens for a minimum 10 hours. External requirements: Machined aerospace aluminum case with military-specification hard anodized finish in black or natural color. Thermal management: exterior will not exceed 55 degrees C (130 degrees F) during operation. Configurable options: Minimum of two brightness settings, emergency strobe signal, SOS emergency signal (46CFR161.013-7 compliant), flashing locator, button lock-out, momentary modes of operation Additional requirements: Waterproof to 66 feet, 750 Each, CLIN 0002 TDI Arms Model BK-2 Flashlight/Laser Mount, 1? Diameter or equal. 1? bore ? fits any 1? diameter flashlight Fits all types of Picatinny rails. Quick release mechanism. Angle-lip design for easy flashlight slide in, 750 Each, CLIN 0003 LED Tactical Flashlight. EDC UltimateTM 60 or equal. Light source: White LED Lumens Range: 60 -0.3 Maximum Weight: 4 ounces Maximum dimensions: 40mm X 100mm (1.6? X 4?) Lens requirements: polycarbonate with scratch resistant and anti-reflective coating. (Resists breakage) Power requirements: single battery (prefer lithium). A minimum of 60 lumens for a minimum 30 minutes and a minimum of 10 lumens for a minimum 10 hours. External requirements: Machined aerospace aluminum case with military-specification hard anodized finish in black or natural color. Thermal management: exterior will not exceed 55 degrees C (130 degrees F) during operation. Configurable options: Minimum of two brightness settings, emergency strobe signal, SOS emergency signal (46CFR161.013-7 compliant), flashing locator, button lock-out, momentary modes of operation Additional requirements: Waterproof to 66 feet, 676 Each, CLIN 0004 TDI Arms Model BK-2 Flashlight/Laser Mount, 1? Diameter or equal. 1? bore ? fits any 1? diameter flashlight Fits all types of Picatinny rails. Quick release mechanism. Angle-lip design for easy flashlight slide in. 676 Each, f.o.b. destination, delivered to Marine Corps Base Hawaii (3rd Marines) Bldg 1367, Kaneohe Bay HI 96863 for CLINs 0001 and 0002 and 2nd BN 3rd MAR H & S CO, Bldg 3091, Kaneohe Bay HI 96863-3063 for CLIN?s 0003 and 0004. The Government requires delivery to be made within 21 days. The NAICS and the small business size standard for this procurement is 335129 and 500 employees respectively. All contractors must be registered in the Central Contracting Registration database to be eligible for a Department of Defense contract award. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a quotation. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Price; 3. Past performance (see FAR 15.304). Technical and past performance, when combined, are equal. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications--Commercial Items. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies", the quoter shall state and list the country of origin. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items, Addendum (h): a single award will be made. FAR 52.212-4 Contract Terms and Conditions--Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial items, with the following additional FAR clauses being cited as applicable to this acquisition; FAR 52.222-3--Convict Labor, FAR 52.222-19?Child Labor, FAR 52.222-21--Prohibition! of Segregated Facilities, FAR 52.222-26--Equal Opportunity, FAR 52.222-35?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, FAR 52.222-36--Affirmative Action for Workers with Disabilities, FAR 52.222-37--Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13--Restriction on Certain Foreign Purchases, FAR 52.232-33--Payment by Electronic Funds Transfer--Central Contractor Registration. The following additional FAR clauses are incorporated: FAR 52.203-6?Restrictions on Subcontractor Sales to the Government, Alternate I, 52.211-6--Brand Name or Equal. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: DFARS 252.204-7001--Commercial And Government Entity (CAGE) Code Reporting, DFARS 252.204-7004--Required Central Contractor Registration Alternate I, DFARS 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252. 225-7000--Buy American Act ? Balance of Payments Program Certificate, and DFARS 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following additional FAR and DFAR clauses being cited as applicable to this acquisition: FAR 52.203-3--Gratuities, DFARS 252.225-7001--Buy American Act and Balance of Payment Program (41 U.S.C. 10a, 10d, E.O. 10582) and 252.232-7003--Electronic Submission of Payment Requests (10 U.S.C. 2227). These clauses may be obtained via the Internet at http://www.arnet.gov/far, http://farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.htm. Quotations are due no later than 13 September 2006, 1400 HST (Hawaii Standard Time), Proposals should be e-mailed to: steven.takasaki@usmc.mil. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 808-257-2350. The government reserves the right to make award solely on the facsimile quote. The completed original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in the solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and name of the Contracting Officer on the first page to ensure proper receipt. Direct any questions or concerns in writing to: Steven Takasaki, Contract Specialist, ph. 808-257-5716, fax. 808-257-2350, or the e-mail address above.
 
Record
SN01138925-W 20060911/060909220630 (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.