SOLICITATION NOTICE
84 -- Police / Security Equipment - Combing Synopsis / Solicitation pdf
- Notice Date
- 4/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0055
- Point of Contact
- Michael Hayes Minto, Phone: 7177706145
- E-Mail Address
-
michael.minto@dla.mil
(michael.minto@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Photos of CLINS Combing Synopsis / Solicitation pdf 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0055. This solicitation is issued as Unrestricted. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 APR 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120330 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-31. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. PERIOD OF PROFORMANCE SHALL BE 01 MAY 2012 THRU 30 APR 2013. DESCRIPTION OF ITEMS: The Defense Logistics Agency Distribution San Joaquin has a requirement for a firm fixed price contract various police / security gear and equipment. Shipping address is DLA Distribution San Joaquin BOSS RCVG. WHSE 21, SEC 4. 25600 South Chrisman RD. Tracy, CA 95304-5000. LINE ITEMS CLIN 0001 RADIO EAR PIECE: BRAND NAME OR EQUAL TO: Hawk Long Tube Lapel Microphone with Quick Release. Model # EP1323QR. Or Equal Offers must have the following salient characteristics: Ear Microphone: 2 Wire, 2 Way Communication W/PTT 3.5MM W/Adapter. Open ended rubber ear-mold. Dual switch push to talk button. Kevlar coated cables. Must be compatible with the Motorola, XTS 5000. Unit Price $______________ x 91 EA = $___________ (Total Price) CLIN 0002 NYLON FLASH LIGHT HOLDER: BRAND NAME OR EQUAL TO: Blackhawk Carbon Fiber CQC Compact Light Holder. Model # LP422 Or Equal Offers must have the following salient characteristics: Nylon, Compact Light Holder, Black in color. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0003 LEATHER CUFF CASE: BRAND NAME OR EQUAL TO: GALLS Gear Leather Closed Top Cuff Case. Model # LP148 Or Equal Offers must have the following salient characteristics: Leather, Handcuff Case, Closed Top High-Gloss, black in color. Must fit the Smith and Wesson, Standard size, chain cuffs. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0004 NYLON MAGAZINE POUCH: BRAND NAME OR EQUAL TO: Galls Molded Nylon Double staggered magazine pouch. Model # NP490 Or Equal Offers must have the following salient characteristics: Molded Nylon, Double Magazine Pouch, Black in color. Must fit clips for a Berretta 9M. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0005 NYLON BATON HOLDER: BRAND NAME OR EQUAL TO: Galls Molded nylon 21" expandable baton holder. Model # NP495 Or Equal Offers must have the following salient characteristics: Molded Nylon 21" expandable Baton holder. Black in color. Must be compatible with the ASP 21 Inch expandable baton. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0006 LEATHER BATON HOLDER: BRAND NAME OR EQUAL TO: Safariland leather 21" to 26" Expandable Baton Holder. Model # LP244 Or Equal Offers must have the following salient characteristics: Leather, Holder, Expandable Baton for 21 to 26 Inch, High-Gloss, Black in color. Must be compatible with the ASP 21 Inch expandable baton. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0007 NYLON DUTY BELT: BRAND NAME OR EQUAL TO: Gall molded nylon duty belt. Model # NP238 Or Equal Offers must have the following salient characteristics: Molded Nylon Duty Belt, Black in color for following sizes. SIZES REQUIRED SMALL (28-32 INCHES) X 10 EA MEDIUM (34-38 INCHES) X 30 EA LARGE (40-44 INCHES) X 30 EA X-LARGE (46-50 INCHES) X 15 EA 2X-LARGE (52-56 INCHES) X 6 EA TOTAL 91 EA. (PLEASE CALCULATE TO FIND THE MEAN PRICE) Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0008 LEATHER PISTOL HOLSTER: BRAND NAME OR EQUAL TO: Safariland ALS Level III Retention Duty Holster with drop UBL. Model # 6360. Or Equal Offers must have the following salient characteristics: Holster, Leather, ALS Level III, High-Gloss, Black in color. Must fit a 9 MM Berretta. 86 Right Handed Holders 5 Left handed Holders Unit Price $______________ x 91EA = $____________ (Total Price) CLIN 0009 LEATHER MAGAZINE POUCH: BRAND NAME OR EQUAL TO: Galls Gear Leather Double Magazine Case. Model # LP151. Or Equal Offers must have the following salient characteristics: Leather, Magazine Pouch, Double pouch, High-Gloss, Black in color. For 9 MM Berretta clips. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0010 LEATHER DUTY BELT: BRAND NAME OR EQUAL TO: Galls Row Stitch Leather Duty Belt. Model # LP133 Or Equal Offers must have the following salient characteristics: 4-Row Stitch Sam Brown Leather High-Gloss Duty Belt. Black in color. For following sizes. SIZES REQUIRED 30 INCHES X 3 EA 32 INCHES X 10EA 34 INCHES X 8 EA 36 INCHES X 14 EA 38 INCHES X 11 EA 40 INCHES X 13 EA 42 INCHES X 7 EA 44 INCHES X 7 EA 46 INCHES X 5 EA 48 INCHES X 5 EA 50 INCHES X 2 EA 52 INCHES X 2 EA 54 INCHES X 2 EA 56 INCHES X 2 EA TOTAL 91 EA. (PLEASE CALCULATE TO FIND THE MEAN PRICE) Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0011 FLASHLIGHT: BRAND NAME OR EQUAL TO: SureFire G2 LED Tactical Flashlight. Model # FL563. Or Equal Offers must have the following salient characteristics: Flashlight, G2 Nitroln Compact High, LED, Black in color.. MUST FIT CASES OFFERED FOR CLIN 0002 & CLIN 0012. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0012 LEATHER FLASHLIGHT HOLDER: BRAND NAME OR EQUAL TO: Black Hawk Carbon Fiber CQC compact Light Holder. Model # LP422. Or Equal Offers must have the following salient characteristics: Leather, Compact Light Holder, Black in color. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0013 NYLON PISTOL HOLDER: BRAND NAME OR EQUAL TO: Safariland ALS Level III, Nylon, Retention Duty Holster with Drop UBL. Model # 6365. Or Equal Offers must have the following salient characteristics: Nylon, Black in color, Holster, Belt Drop Level 3. Must fit a 9 MM Berretta. 86 Right Handed Holders 5 Left handed Holders Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0014 NYLON BELT KEEPERS: BRAND NAME OR EQUAL TO: Gall Molded Nylon Belt Keepers (4 per pack). Model # NP485. Or Equal Offers must have the following salient characteristics: Molded Nylon, Black in color Belt Keepers, (4 pack per unit (4 x 91 = 364)). Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0015 NYLON MACE HOLDER: BRAND NAME OR EQUAL TO: Galls molded Nylon MKIII mace Case. Model # NP491 Or Equal Offers must have the following salient characteristics: Molded Nylon, OC Spray Holder, MKIII, Black in color. Must be compatible with a 3 oz, 6 Inch long canister. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0016 LEATHER MACE HOLDER: BRAND NAME OR EQUAL TO: Gould & Goodrick Leather MKIII Mace Case. Model # LP058 Or Equal Offers must have the following salient characteristics: Leather Holder, OC Spray, Leather W/Snap, High-Gloss, Black in color. Must be compatible with a 3 oz, 6 Inch long canister. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0017 NYLON CUFF CASE: BRAND NAME OR EQUAL TO: Galls molded nylon cuff case. Model # NP489 Or Equal Offers must have the following salient characteristics: Molded Nylon, Handcuff Case, Black in color. Must fit the Smith and Wesson, Standard size, chain cuffs. Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0018 LEATHER RADIO HOLDER: BRAND NAME OR EQUAL TO: Safariland Radio Holder with Swivel. Model # LP005 Or Equal Offers must have the following salient characteristics: Leather Holder, Radio with Swivel, High-Gloss, Black in color. Must be compatible with the Motorola, XTS 5000.0 Unit Price $______________ x 91EA = $____________ (Total Price) CLIN 0019 NYLON RADIO HOLDER: BRAND NAME OR EQUAL TO: Galls Molded Nylon Universal radio holder with swivel. Model # NP496 Or Equal Offers must have the following salient characteristics: Molded Nylon, Radio Holder with swivel, black in color. Must be compatible with the Motorola, XTS 5000.0 Unit Price $______________ x 91 EA = $____________ (Total Price) CLIN 0020 LEATHER BELT KEEPERS: BRAND NAME OR EQUAL TO: Galls Gear Leather Belt Keepers. Model # NP150 Or Equal Offers must have the following salient characteristics: Leather, Belt Keepers, Leather, (4 pack per unit (4 x 91 = 364)). High-Gloss, Black in color. Unit Price $______________ x 91 EA = $____________ (Total Price) TOTAL FOR ALL CLINS $_____________________ Contractors must be able to accept the Government Credit Card for payment. COMPANY NAME: _________________________________ CAGE CODE: _________________________________ POC NAME: _________________________________ POC PHONE: _________________________________ Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. SHIP TO: DEFENSE DISTRIBUTION DEPOTS SAN JOAQUIN FOR DDJC Police Department. BOSS RCVG WHSE 21, SEC 4 25600 S CHRISMAN RD TRACY, CA 95304-5000 A Government POC will be provided at time of award. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB, 2012), Addenda to 52.212-4; the following clauses apply: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) FAR 52.247-34 FOB Destination (NOV 1991) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) FAR 52.252-2 CLAUSE INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". (End of Clause) MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. (End of Clause) The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (APR 2012) in paragraph (b) The following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB, 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-28 Post Award Small Business Program Representation (APR 2009). FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR, 2012) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (FEB, 2010) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR, 2012) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP, 2011) DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I (OCT, 2011) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil Supply Description and Line Items CLIN - 0001 RADIO EAR PIECE: BRAND NAME OR EQUAL TO: Hawk Long Tube Lapel Microphone with Quick Release. Model # EP1323QR. Or Equal Offers must have the following salient characteristics: Ear Microphone: 2 Wire, 2 Way Communication W/PTT 3.5MM W/Adapter. Open ended rubber ear-mold. Dual switch push to talk button. Kevlar coated cables. Must be compatible with the Motorola, XTS 5000. CLIN - 0002 NYLON FLASH LIGHT HOLDER: BRAND NAME OR EQUAL TO: Blackhawk Carbon Fiber CQC Compact Light Holder. Model # LP422 Or Equal Offers must have the following salient characteristics: Nylon, Compact Light Holder, Black in color. CLIN - 0003 LEATHER CUFF CASE: BRAND NAME OR EQUAL TO: GALLS Gear Leather Closed Top Cuff Case. Model # LP148 Or Equal Offers must have the following salient characteristics: Leather, Handcuff Case, Closed Top High-Gloss, black in color. Must fit the Smith and Wesson, Standard size, chain cuffs. CLIN - 0004 NYLON MAGAZINE POUCH: BRAND NAME OR EQUAL TO: Galls Molded Nylon Double staggered magazine pouch. Model # NP490 Or Equal Offers must have the following salient characteristics: Molded Nylon, Double Magazine Pouch, Black in color. Must fit clips for a Berretta 9M. CLIN - 0005 NYLON BATON HOLDER: BRAND NAME OR EQUAL TO: Galls Molded nylon 21" expandable baton holder. Model # NP495 Or Equal Offers must have the following salient characteristics: Molded Nylon 21" expandable Baton holder. Black in color. Must be compatible with the ASP 21 Inch expandable baton. CLIN - 0006 LEATHER BATON HOLDER: BRAND NAME OR EQUAL TO: Safariland leather 21" to 26" Expandable Baton Holder. Model # LP244 Or Equal Offers must have the following salient characteristics: Leather, Holder, Expandable Baton for 21 to 26 Inch, High-Gloss, Black in color. Must be compatible with the ASP 21 Inch expandable baton. CLIN - 0007 NYLON DUTY BELT: BRAND NAME OR EQUAL TO: Gall Molded nylon duty belt. Model # NP238 Or Equal Offers must have the following salient characteristics: Molded Nylon Duty Belt, Black in color for following sizes. SIZES REQUIRED SMALL (28-32 INCHES) X 10 EA MEDIUM (34-38 INCHES) X 30 EA LARGE (40-44 INCHES) X 30 EA X-LARGE (46-50 INCHES) X 15 EA 2X-LARGE (52-56 INCHES) X 6 EA TOTAL 91 EA. CLIN - 0008 LEATHER PISTOL HOLSTER: BRAND NAME OR EQUAL TO: Safariland ALS Level III Retention Duty Holster with drop UBL. Model # 6360. Or Equal Offers must have the following salient characteristics: Holster, Leather, ALS Level III, High-Gloss, Black in color. Must fit a 9 MM Berretta. 86 Right Handed Holders 5 Left handed Holders CLIN - 0009 LEATHER MAGAZINE POUCH: BRAND NAME OR EQUAL TO: Galls Gear Leather Double Magazine Case. Model # LP151. Or Equal Offers must have the following salient characteristics: Leather, Magazine Pouch, Double pouch, High-Gloss, Black in color. For 9 MM Berretta clips. CLIN - 0010 LEATHER DUTY BELT: BRAND NAME OR EQUAL TO: Galls Row Stitch Leather Duty Belt. Model # LP133 Or Equal Offers must have the following salient characteristics: 4-Row Stitch Sam Brown Leather High-Gloss Duty Belt. Black in color. For following sizes. SIZES REQUIRED 30 INCHES X 3 EA 32 INCHES X 10EA 34 INCHES X 8 EA 36 INCHES X 14 EA 38 INCHES X 11 EA 40 INCHES X 13 EA 42 INCHES X 7 EA 44 INCHES X 7 EA 46 INCHES X 5 EA 48 INCHES X 5 EA 50 INCHES X 2 EA 52 INCHES X 2 EA 54 INCHES X 2 EA 56 INCHES X 2 EA TOTAL 91 EA. CLIN - 0011 FLASHLIGHT: BRAND NAME OR EQUAL TO: SureFire G2 LED Tactical Flashlight. Model # FL563. Or Equal Offers must have the following salient characteristics: Flashlight, G2 Nitroln Compact High, LED, Black in color.. MUST FIT CASES OFFERED FOR CLIN 0002 & CLIN 0012. CLIN - 0012 LEATHER FLASHLIGHT HOLDER: BRAND NAME OR EQUAL TO: Black Hawk Carbon Fiber CQC compact Light Holder. Model # LP422. Or Equal Offers must have the following salient characteristics: Leather, Compact Light Holder, Black in color. CLIN - 0013 NYLON PISTOL HOLDER: BRAND NAME OR EQUAL TO: Safariland ALS Level III, Nylon, Retention Duty Holster with Drop UBL. Model # 6365. Or Equal Offers must have the following salient characteristics: Nylon, Black in color, Holster, Belt Drop Level 3. Must fit a 9 MM Berretta. 86 Right Handed Holders 5 Left handed Holders CLIN - 0014 NYLON BELT KEEPERS: BRAND NAME OR EQUAL TO: Gall Molded Nylon Belt Keepers (4 per pack). Model # NP485. Or Equal Offers must have the following salient characteristics: Molded Nylon, Black in color Belt Keepers, (4 pack per unit (4 x 91 = 364)). CLIN - 0015 NYLON MACE HOLDER: BRAND NAME OR EQUAL TO: Galls molded Nylon MKIII mace Case. Model # NP491 Or Equal Offers must have the following salient characteristics: Molded Nylon, OC Spray Holder, MKIII, Black in color. Must be compatible with a 3 oz, 6 Inch long canister. CLIN - 0016 LEATHER MACE HOLDER: BRAND NAME OR EQUAL TO: Gould & Goodrick Leather MKIII Mace Case. Model # LP058 Or Equal Offers must have the following salient characteristics: Leather Holder, OC Spray, Leather W/Snap, High-Gloss, Black in color. Must be compatible with a 3 oz, 6 Inch long canister. CLIN - 0017 NYLON CUFF CASE: BRAND NAME OR EQUAL TO: Galls molded nylon cuff case. Model # NP489 Or Equal Offers must have the following salient characteristics: Molded Nylon, Handcuff Case, Black in color. Must fit the Smith and Wesson, Standard size, chain cuffs. CLIN - 0018 LEATHER RADIO HOLDER: BRAND NAME OR EQUAL TO: Safariland Radio Holder with Swivel. Model # LP005 Or Equal Offers must have the following salient characteristics: Leather Holder, Radio with Swivel, High-Gloss, Black in color. Must be compatible with the Motorola, XTS 5000.0 CLIN - 0019 NYLON RADIO HOLDER: BRAND NAME OR EQUAL TO: Galls Molded Nylon Universal radio holder with swivel. Model # NP496 Or Equal Offers must have the following salient characteristics: Molded Nylon, Radio Holder with swivel, black in color. Must be compatible with the Motorola, XTS 5000.0 CLIN - 0020 LEATHER BELT KEEPERS: BRAND NAME OR EQUAL TO: Galls Gear Leather Belt Keepers. Model # NP150 Or Equal Offers must have the following salient characteristics: Leather, Belt Keepers, Leather, (4 pack per unit (4 x 91 = 364)). High-Gloss, Black in color. ATTACHMENT Attachment 1 - PHOTOS OF ITEMS REQUESTED. SOLICITATION PROVISIONS FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (NOV, 2011) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (NOV, 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Do not calculate past the second decimal point of cents. Descriptive Literature: a. "Descriptive Literature" means information (e.g., cuts, illustrations, drawings, brochures) that is submitted as a part of a proposal. Descriptive Literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. It does not include other information such as that used in determining the responsibility of a prospective contractor or for operating or maintaining equipment. b. Descriptive Literature, required elsewhere in this solicitation, must be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in this solicitation for receipt of offers. c. The failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in rejection of the offer. FAR 13-106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. Evaluation - Award will be made to the lowest price technically acceptable contractor. The following criteria shall be used to establish technical acceptability: Submission of descriptive literature which clearly indicates that the equipment quoted meets all the Salient characteristics as stated in the combined synopsis/solicitation. Copies of Web Pages are not acceptable for technical evaluation, you must submit technical characteristics. Any contractor who has submitted technically acceptable information will then have its quote evaluated for price. Technical information shall be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any offeror who has been determined acceptable (pass) on their technical information will then have its quote evaluated for price. 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, April 27th, 2012: Email to: Michael.Minto@dla.mil ; Fax to: 717-770-7591 Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. PLEASE NOTE: ALTHOUGH NOT REQUIRED, EMAIL IS THE PERFERRED METHOD FOR SUBMISSION OF QUOTES. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.bpn.gov. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote is found to be technically acceptable and represents the total overall lowest price for all Items. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0055/listing.html)
- Place of Performance
- Address: DEFENSE DISTRIBUTION DEPOTS SAN JOAQUIN, FOR DDJC Police Department., BOSS RCVG WHSE 21, SEC 4, 25600 S CHRISMAN RD, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN02715427-W 20120407/120406000046-b7b36e640a49c49c9fb8a3aff5c0e388 (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 |