Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

54 -- Weapons Rack for Portable Armory

Notice Date
8/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-12-T-6009
 
Archive Date
9/1/2012
 
Point of Contact
Linda C. Lareau, Phone: 7577634431, Aninze Awanna, Phone: 757-763-4407
 
E-Mail Address
linda.lareau@navsoc.socom.mil, aninze.awanna@navsoc.socom.mil
(linda.lareau@navsoc.socom.mil, aninze.awanna@navsoc.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 FAR Subpart 12.6. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is H92242-12-T-6009 and is issued as an Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58 dated 18 Apr 2012 and DFARS Change Notice 20110518. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The Naval Special Warfare Group Four, Joint Expeditionary Base Little Creek, Virginia Beach, VA. 23459-8838 intends to award a Firm Fixed Price contract to provide Brand Name or equal in accordance with FAR 52.211-6. Line Item 0001 Provide an install Brand Name "Space Saver or Equal Universal Weapons Rack, High Density, intrusion resistant, lockable lockers on each half of 40' portable armory. Lockers installed on both sides of Armory shall have storage for the following weapons: <col style="width: 65pt; mso-width-source: userset; mso-width-alt: 3181;" span="1" width="87"><col style="width: 122pt; mso-width-source: userset; mso-width-alt: 5961;" span="1" width="163"> 12 12 gauge Shorguns 42" 30 M4 Carbines 30 Sig P228 Pistols 12.50cal M2 Machine gun 12 M240 Machine gun 8 MK19 Gernade launcher 8 M79 Gernade launcher 8 M203 Grenada launcher Lockers shall be install at: ARMAG Corporation 300 Armag Avenue Bardstown, KY 40004 Basis For Award: Award will be made to the lowest price offeror that is determined to be technically acceptable. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Feb 2012), Instructions to Offerors - Commercial Items; 52.204-7 Central Contractor Registration (Feb 2012), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012), 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)(Mar 2012), The following clauses are applicable to this solicitation: 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes-Fixed Price, 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Mar 2012)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005). 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement, (a) The 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, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 3:00pm (Eastern Standard Time) 17 Aug 2012. All questions shall be sent to the Contract Specialist, Linda Lareau, at (757) 763-4431 or email linda.lareau@navsoc.socom.mil. Information furnished shall include enough detailed documentation to allow the government to perform a proper evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-6009/listing.html)
 
Place of Performance
Address: 2220 Schofield Road, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02824762-W 20120804/120803000410-ee7c71c5e226cfde70c3ac9873ee1d4f (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.