Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
MODIFICATION

84 -- Protective equipment to include agent gear and deployment equipment which includes Level IIIA Body Armor kits, Basic Agent Gear, Winter Gear, Spring/Summer Gear and deployment equipment and range/target equipment

Notice Date
8/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
315225 — Men's and Boys' Cut and Sew Work Clothing Manufacturing
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW11R0125
 
Response Due
9/7/2011
 
Archive Date
11/6/2011
 
Point of Contact
Julie Cameron, 609-562-7026
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(julie.cameron@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W91WAW-11-R-0125 Combined Synopsis/Solicitation 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. The solicitation number for the Request for Proposal (RFP) is W91WAW-11-R-0125. The provisions and clauses in the RFP are those in effect through FAC 2005-53. This acquisition is a Small Business Set Aside. NAICS code 315225 size standard number of employees 500 applies. See the attached for a list of contract line items, quantities and unit measures. The Army Contracting Command-National Capital Region (ACC-NCR), on behalf of the Department of Defense Office of the Inspector General (DoDOIG), Arlington, VA is issuing this combined synopsis/solicitation to provide Protective Equipment. The expected delivery date sixty (60) days after receipt of contract. Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, which is incorporated by reference. Contract Terms and Conditions-Commercial Items and FAR 52.212-1 Addendum. FAR 52.212-2 Evaluation Commercial Items and Addendum is applicable and the Government intends to award a firm fixed price contract to the responsive and responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and with acceptable past performance. Attachment(s): 1 SOW BASIS OF AWARD: Award shall be made to a single offeror. Proposals must include prices for each item listed in order that quotes may be properly evaluated. Failure to do this shall be cause for rejection of the entire quote. Prices shall be 'FOB DESTINATION'. Award shall be made to that responsive offeror whose price is lowest, meeting the stated characteristics. Items shall be delivered to Defense Criminal Investigative Service, Federal Law Enforcement Training Center 1131 Chapel Crossing Road, Building 66, Room 110 Glynco, GA 31524. The following provisions and/or clauses apply to this acquisition: All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. All offerors must be register in Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. ORCA registration for online representation and certification application (ORCA) may be viewed via the internet at www.bpn.gov. Offers may include a complete copy of the provision at FAR 51.212-3 with their offer, which can be downloaded from the internet. Offerors that fail to furnish the required representation information via submission or ORCA registration may be excluded from consideration. FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h) and (n); 52.204-7, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses; 52,204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 apply to this acquisition. Local Clause 5152.233-4000 AMC-Level Protest Program (NOV 2008) is applicable to this acquisition. DFARS CLAUSES: The clauses at 252.204-7004 Alt A, 252.232-7010, and 252.246-7000 apply to this acquisition along with the following, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following sub-clauses; 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.247-7023 Alt III The response date and time for offers is no later than 2:00 PM, 7 September 2011 EST. Offers must be signed, dated and submitted electronically to julie.a.cameron.civ@mail.mil Vendors not registered in Central Contract Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-866-606-8220 or register online at http://www.ccr.gov.. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/ Point of Contact: Julie Cameron at telephone 609-562-7026 or e-mail julie.a.cameron.civ@mail.com PLEASE NOTE: All contractual questions must be submitted in writing (e-mail only) to julie.a.cameron.civ@mail.mil not later than 2:00, PM 7 September 2011EST. Telephone questions will not be accepted. Potential offerors will be responsible for downloading a copy of this combination synopsis/solicitation, attachments and amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/178fe068cb659e9b720875f38d8dbff1)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02545217-W 20110825/110823235214-178fe068cb659e9b720875f38d8dbff1 (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.