SOLICITATION NOTICE
99 -- Avenger SVML pod covers and Canopy covers.
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 314912
— Canvas and Related Product Mills
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-ADA0407
- Response Due
- 4/27/2007
- Archive Date
- 6/26/2007
- 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. Contracting Office Address Florida National Guard, United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, P.O. Box 1008, St. Augustine, FL, 32085-1008, United States. Description *** The associated North American Industrial Classification System (NAICS) code for this procurement is 314912 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quota tion.*** *** The USPFO-FL is seeking to purchase Seventy-two (72) Canopy covers and Seventy-two (72) Avenger Standard Vehicle Mounted Launcher (SVML) pod covers (left and right). *** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity Seventy-Two (72) Avenger Canopy Covers, which shall meet or exceed the following required specifications: 1)Designed to cover, protect and camouflage the clear plastic canopy on an Avenger missile system. All materials used should be weather, sun, and chemical resistant. 2)The color should be black or olive drab. 3)Preferably, an acrylic woven fabric with some sort of fastening system that will resist weather, sun and chemicals. 4)Covers should be custom fit based on specifications provided by this office. Please contact 1LT Leonard at ryan.leonard@fl.ngb.army.mil or 904-823-0566 for specifications and example drawings. Line Item 0002: Quantity Seventy Two Sets (72) Avenger missile system right and left missile pod covers, which shall meet or exceed the following required specifications: 1.)Designed to cover and protect the Avenger missile system right and left missile pods from weather, sun, chemical resistant, dust and debris. 2.)The color should be black or olive drab. 3.)Preferably, an acrylic woven fabric with some sort of fastening system that will resist weather, sun and chemicals. 4.)Should not shrink considerably due to outdoor use. 5.)Life cycle of Covers should be at least 3 years. 6.)Covers should be custom fit based on specifications provided by this office. Please contact 1LT Leonard at ryan.leonard@fl.ngb.army.mil or 904-823-0566 for specifications and example drawings. ***Delivery shall be completed not later than 90 days after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good orde r and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase ord er; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 and 0002 to FMS #5, 12408, Woodlea Road, Tavares, FL 32778-4472. *** *** Evaluation for this award shall be made using Simplified Acquisition Procedures outlined in FAR Part 13 to the quoter whose quote represents the best value to the Government, technical capability, past performance, and price shall be considered. The Go vernment will evaluate information based on the following evaluation criteria: 1) Technical Acceptable factor Meeting or Exceeding the Requirement, 2) Past Performance described in Provision 52.212-1, and 3) Price. Technical capability shall be equal in i mportance to price. Technical Evaluation: Evaluation of Technically Acceptable shall be based on the information provided in the quotation. Quoters shall include specifications that clearly documents that the product offered meets or exceeds the specifications id entified herein. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written su bmission is required.*** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases; (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.204-7004 Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Commercial items Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty ; 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:30 PM local time, on April 27, 2007 at the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, P.O. Box 1008, St. Augustine, FL, 32085-1008, United States., Attn:1LT Ry an Leonard. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Ryan A. Leonard) @ ryan.leonard@fl.ngb.army.mil. Because of heightened security, FED-EX, UPS, or similar delivery metho ds are the preferred method of delivery of quotes. USPFO-FL is not responsible for late delivery due to the added security measures. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. *** Original Point of Contact Ryan Leonard, Contract Specialist, Phone (904) 823-0566, Fax (904) 823-0512, Email ryan.leonard@fl.ngb.army.mil Brian Williams, Contracting Officer, Phone 904-823-0567, Email brian.j.williams2@fl.ngb.army.mil.
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Country: US
- Zip Code: 32085-1008
- Record
- SN01273054-W 20070415/070413221115 (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 |