Federal Bid

Last Updated on 11 Dec 2008 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

FOUL WEATHER GEAR F0R THE USNS AMELIA EARHART

Solicitation ID N40442-09-T-5099
Posted Date 24 Nov 2008 at 9 PM
Archive Date 11 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 is N40442-09-T-5099, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. NAICS 315999 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following foul weather gear: Manufacturer: Mustang Survival, Inc. Part #’s: Mustang Survival CLIN0001: PART # MJ6214 T1-XXXLRG, CLASSIC FLOTATION BOMBER JACKET WITH REF, OR EQUAL, QTY 15 EACH. CLIN0002: PART # MJ6214 T1-XXLRG, CLASSIC FLOTATION BOMBER JACKET WITH REF..., OR EQUAL, QTY 35 EACH. CLIN0003: PART # MJ6214 T1-XLRG, CLASSIC FLOTATION BOMBER JACKET WITH REF..., OR EQUAL, QTY 35 EACH. CLIN0004: PART # MJ6214 T1-LRG, CLASSIC FLOTATION BOMBER JACKET WITH REF..., OR EQUAL, QTY 25 EACH. CLIN0005: PART # MJ6214 T1-MED, CLASSIC FLOTATION BOMBER JACKET WITH REF..., OR EQUAL, QTY 25 EACH. CLIN0006: PART # MJ6214 T1-SML, CLASSIC FLOTATION BOMBER JACKET WITH REF..., OR EQUAL, QTY 10 EACH. CLIN0007: PART # CS1700, ONE TIME SET-UP FEE FOR NEW SILK SCREEN, OR EQUAL, QTY 1 EACH. CLIN0008: PART @ CS1500, SILK SCREENING PER UNIT COST, NOTE: SILK SCREEN TO BE APPLIED ON THE TOP, OR EQUAL, QTY 125 EACH. CLIN0009: SHIPPING CHARGES TO SAN DIEGO, CA The delivery address zip code is 92123. Requested delivery is by 12 Dec 2008. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due 26 Nov 08 by 11 am eastern time. Offers can be emailed to [email protected] - Attn: Lisa Howard-Alston. Reference the solicitation number on your quote.
Bid Protests Not Available

Similar Past Bids

Beach North dakota 11 Sep 2018 at 9 PM
Location Unknown 25 Feb 2019 at 9 PM
Beach North dakota 14 Dec 2018 at 5 PM
Norfolk Virginia 02 Aug 2018 at 5 PM
Location Unknown 04 Jun 2014 at 5 PM

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Georgia 11 Jul 2025 at 6 PM
Pennsylvania 02 Aug 2025 at 4 AM (estimated)
Pennsylvania 02 Aug 2025 at 4 AM (estimated)