Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOLICITATION NOTICE

78 -- Hammock and Tent

Notice Date
3/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0052
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format prescribed in Federal Acquisition Regulation (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. The solicitation is being issued as a Request for Quote; solicitation number is H92244-07-T-0052, and a firm fixed price contract is contemplated. All responsible sources may submit a proposal which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: The solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular (FAC) 2005-16, effective 22 March 2007. This procurement is 100% small business set-aside. The Defense Priorities and Allocations System (DPAS) and assigned rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 Hennessy Hammock Explorer Ultralight A-Sym Hammock, Quantity 35 Sleeping capacity is one (1); Average packaged weight: 2 pounds 5 Ounces; Floor dimensions 108 by 48 inches; Canopy Fabric is polyester No-see-um mesh and nylon taffeta; Packed size is 5 by 12 inches CLIN 0002 Big Agnes Seedhouse SL 2 Tent, Quantity 70 each Sleeping capacity is two (2); Average minimum weight is 2 pounds 4 Ounces; Average packed weight is 3 pounds 6 ounces; Floor dimensions Are 84 by 52 inches; Floor area is 28 square feet; Vestibule area is 5.5 Square feet; Peak height is 38 inches; Number of doors is 1; Canopy fabric Is nylon mesh; Floor fabric is coated nylon ripstop; Rainfly fabric is Coated nylon ripstop; Number of poles is 3; Pole material is DAC Aluminum Featherlite; Pole diameter is 8.84 millimeters; Packed size is 6.5 x 16 inches Shipping costs shall be included in the unit price of the products. FOB Point is Destination. Inspection is at Destination Acceptance is at Destination Required delivery date is 14 days after date of contract CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) Email Christine Anderson at christine.anderson@vb.socom.mil for copy of clause with fill-ins FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. The offeror shall include proof of the following in the proposal: USA citizenship of all persons operating aircraft, insurance coverage which includes parachute and HALO operations, and FAA certificate. In addition, offerors shall provide proof of possessing proper clearances and documentation to operate from DoD installations as per AMC certification, with proposal. The hours identified for positioning and de-positioning are estimated maximums subject to adjustment based on offeror proposal and negotiations. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2006) (DEVIATION) FAR 52.243-7 Notification of Changes (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. FAR 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) FAR 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) FAR 252.243-7002, Requests for Equitable Adjustment (MAR 1998) FAR 252.247-7023, Transportation of Supplies by Sea (MAY 2002) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Christine Anderson, Contract Specialist; Email address: christine.anderson@vb.socom.mil; phone (757) 893-2715; fax (757) 492-6954; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be received by Christine Anderson by fax at (757) 492-7954 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 2 April 2007.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01259549-W 20070328/070326221100 (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.