Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOLICITATION NOTICE

71 -- Purchase of Multi-Layer Cork and White Board

Notice Date
4/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
339942 — Lead Pencil and Art Good Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-W91LDX70050203
 
Response Due
4/25/2007
 
Archive Date
5/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subparts 12.6 and 13.3 and supplemented with additional information in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 05-16. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for small business concrns (SBC). The NAICS code is 339942 and the size standard is 500 employees or less. This acquisition will result in a firm fixed price type contract. The contractor shall provide one (1) Multi Layer Map Display Board with the following specifications: Overall size of the board shall be eight (8) feet wide by six (6) feet tall. Free standing (preferably on wheels). Shall consist of no less than four (4) layers with two (2) sliding panels per layer. The first layer shall be a dry-erase marker board and the other layers shall be corkboard. Each layer shall rest on wheels that slide along guides within the frame of the display, enabling the user to easily move panels back and forth. Place of delivery is GSB, 7th SFG(A) Fort Bragg, North Carolina and delivery is required not less than 30 days after receipt of award. The following Federal Acuisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by refeence into this procurement action. FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the soliciation, will be most advantageous to the Government, price and delivery considered. The following factors shall be used to evaluate offers. (1) Delivery and (1) Price. Delivery. Offers will be evaluated for ability to meet the delivery schedule. Delivery is defined as the capacity and affirmation to conform to, or exceed, the required delivery date (RDD) of this solicitation. Alternate delivery schedules that improve the RDD will be considered. Offerors shall state when they can deliver the items being requested. Price. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLIN(s) as identified in this synopsis/solicitation and will be incorporated into the Schedule of Supplies and Services in the resulting award. Delivery is slightly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.219-6, 52.222-21, 52.222-26, and 52.232-33. FAR 52.222-3, Convict Labor FAR 52.225-1, Alt I, Buy American Act-Supplies FAR 52.247-34, F.o.b. Destination FAR 52.252-2, Clauses Incorported by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.204-7004, Required Central Contractor Registration, Alt A DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b): 252.225-7001. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing number W91LDX70050203 may be submitted in hard copy via mail or hand-delivered to HQ, USASOC, ATTN: DCSAC, AOCO, 2929 Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or e-mailed (preferred) to Angela Kennedy at kennedya@soc.mil. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. Offers shall include: (1) letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement of any issued amendments; (4) acknowledgement of delivery time; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of the offeror to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. Offers shall be received by 10:00 AM EDT, 25 April 2007. Questions regarding this RFQ will be accepted from interested parties up to 10:00 AM EST, 20 April 07. Any questions submitted thereafter will be entertained; however, the due date for quotes will not change. Questions should be e-mailed to Angela Kennedy at kennedya@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01274570-W 20070418/070416221115 (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.