Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

12 -- Rescue Technician Kit

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124312T0596
 
Response Due
8/27/2012
 
Archive Date
10/26/2012
 
Point of Contact
Jennifer Eloge, 4023097596
 
E-Mail Address
USPFO for Nebraska
(jennifer.eloge@us.army.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; proposals are being requested and a written solicitation will not be issued. 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 solicitation, W91243-12-T-0596 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. The following commercial items are requested in this solicitation; 01Swiftwater Technician Kit; Rescue Response Gear Item #RRGKSWIFTKIT or equal 5 PFD's, Type V, Universal fit, Reflective materials, Tether attachments, webbing for leg straps, red in color. 5 Helmets, CE 1385 compliant, fully adjustable, ABS plastic, red in color. 5 SAR Drysuits, minimum 400 denier, neoprene padding in knees and elbows, pullcord adjustment, reflective materials, 2 in M/L size 3 in XL/XXL size. 5 Workboot wetshoes, synthetic leather, minimum 4mm upper, heavy duty traction sole, 1 of 1 size 9, 2 size 10, 2 size 11. 5 Paddlers Resque Gloves, 2mm neoprene minimum, rubberized synthetic leather, hook and loop closure. 5 Union Suits, Stretch fleece construction, 7.0 oz per yard minimum weight, double stitched seams, moisture wicking, 1 size M, 2 size L, 2 size XL. 5 Co-Pilot Knives, 1 smooth edge 1 serrated edge, blunt tip sheath included. 5 Tow Tethers, Minimum 53", Caribiner included, O ring to hook to PFD included. 5 strobe lights, High visibility color, waterproof to 300ft, minimum 10 hours strobe, flashlight integrated. 5 Duffel Bags, 600 denier minimum, minimum size 16x30, reflective materials. 5 safety whistles Size: 2.25 inch L x.75 inch W. 5 Universal Fins, Rigid ambidextrous design, adjustable stiffness, adjustable heel strap less the 20" length. Items shall be received 90 Days ADC, FOB: Destination for delivery to 2420 West Butler Ave Lincoln NE 68524 The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal.. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program.DFARS 252.232-7003 Electronic payment. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to MSgt Jennifer Eloge at: Fax 402-309-7549 e-mail jennifer.eloge@us.army.mil; or mail directly to 1234 Military RD Lincoln NE 68508. Quotes are required to be received no later than 1:30 PM CST, 27 AUGUST 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W9124312T0596/listing.html)
 
Place of Performance
Address: USPFO for Nebraska 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
 
Record
SN02845412-W 20120819/120818000635-4120357c418297908a25e79c2b31a47b (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.