SOLICITATION NOTICE
10 -- SINGLE POINT AND PADDED SLINGS
- Notice Date
- 1/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92243-12-T-JH04
- Archive Date
- 1/21/2012
- Point of Contact
- Jackie D Handley, Phone: 757-763-2441
- E-Mail Address
-
jacqueline.handley@nsweast.socom.mil
(jacqueline.handley@nsweast.socom.mil)
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation H92243-12-T-JH04 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Norfolk VA 23521 intends to award a firm fixed price contract. The associated naics code is 332994. Small Business Size Standard is 500. This procurement is 100% set-aside for Small Business. The attached items are direct replacement parts for existing weapons. Brand name required for safety reasons and compatibility (form, fit and function) with existing equipment and inventory. No equals, refurbished or reconditioned items acceptable for this requirement. CLIN 0001 YHM-9753-BD YH single point sling, C Lock Brown digital camo 400 each CLIN 0001 VTAC MK2 CT Vikings Tactics Wide padded sling, color: coyote tan 200 each The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation, is technically acceptable and provides the best value to the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The following provisions and clauses apply to this acquisition: FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) -- 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, based on lowest priced technically acceptable quote. FAR 52.212-3 - Offerors to include a completed copy of the provision at 52.212-3, Offeror Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov FAR 52.212-4 - The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52.204-7 - Central Contractor Registration Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes - Fixed Price FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officers DFARS 252.203-7002 - Requirements to Inform Employees of Whistle Blower Rights DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7001 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 - Buy American Act and Balance of Payments Program DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications SOFARS 5652.204-9003 - Disclosure of Unclassified Information SOFARS 5652.233-9000 - Independent Review of Agency Protests Section I Quotations are due in writing no later than 20 January 2012 by 1000 a.m. Eastern Time. Email: jacqueline.handley@nsweast.socom.mil (757-763-2441)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-12-T-JH04/listing.html)
- Place of Performance
- Address: 1300 HELICOPTER ROAD, BLDG 3854, VIRGINIA BEACH, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN02653710-W 20120114/120112234611-22595953d4e7386c0068c2c9f1adfe68 (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 |