CLIN 001- (QTY 5 EA) LBT-5610A, DECON ZONE - EAR99, Tactical Sanitizing system, Brand Name or Equal.
Other Pertinent Information:
Packaging , Packing and Shipping Instructions: Commercial industry standards to ensure safe delivery with no damage of product.
Items should be received no later than 45 days ADC,
Include different delivery options in your response to this RFQ:
Delivery Option One: FOB Destination (door-to-door delivery) to Andersen AFB, Yigo, Guam 96929.
Delivery Option Two: FOB Destination Defense Distribution depot San Joaquin Tracy Depot,
CCP WHSE 30
25600 South Chrisman Road
Tracy, CA 95376-5000
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. Submit the price quote information via email to Mr. Michael Wedekind at [email protected]. Responses to this RFQ must be received via e-mail not later than 7AM Eastern Daylight Time on Friday 24 September 2010. Oral Quotes will not be accepted. Collect calls will not be accepted.
All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply. Proposals will be evaluated and awarded to the offeror with the proposal representing the best value to the government. Award will be based on lowest price technically acceptable.
The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ The following provisions and clauses apply to this acquisition: 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 cited provisions and clauses are applicable to this acquisition: FAR52.203-13 Contractor Code of Business Ethics and Conduct, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports, , 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; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons, FAR 52.232-18, Availability of Funds; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes must be sent to Mr. Michael Wedekind at e-mail:
If additional information regarding this solicitation is needed please contact Michael Wedekind via email at [email protected].