Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

16 -- Provide Automatic Opening Device

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0011
 
Archive Date
3/31/2003
 
Point of Contact
Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345,
 
E-Mail Address
portere@soc.mil, sutherlj@soc.mil
 
Description
The USA John F. Kennedy Special Warfare Center and Schools, Fort Bragg, North Carolina has a requirement for Automatic Opening Device (AOD). The contractor shall provide all labor, equipment, materials and transportation unless stated in the specifications. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR 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. All quotes shall reference the Request for Quotation Number USZA92-03-T-0011. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-09. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 334511. The size standard is 750 employees or less. This requirement is unrestricted, full and open competition. A requirement contract will be issued with a base period and two option periods. The AOD shall have the following capabilities and characteristics: ability to mount inside the reserve parachute container of the MC4 parachute and designed to activate the reserve parachute; a default opening setting of 1,900 feet AGL with a tolerance of plus or minus 500 feet; a non-pin-pulling system, and have dual cutters outfitted for a two-loop reserve parachute container closing system. Cutter shall be a single-blade, guillotine action cutter rather than a scissor action cutter for positive cutting action; a fall rate setting of 78 mph; ability to set opening altitude in flight, aboard an aircraft at any altitude, at any pressure, and at any targeted dropzone location; a Reliability/Confidence rating of 99.5/90 in both fire and no-fire modes; capable of operation and activation from -1000 feet to 25,000 feet MSL; a self-test capability to reduce maintenance equipment and man-hour requirement; and a temperature operating range between -31 degrees Celsius and 63 degrees Celsius to ensure operation in all climates. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: In order to participate, Contractor shall be required to provide the Government twenty (20) AOD units for technical evaluation and testing at no cost to the Government. The units will be returned to the Contractor after testing. Contractor shall include in the quote a narrative of the process used to accomplish installation of the AOD. Quotes shall be evaluated as to compliance with stated requirements as evidenced by testing performed by the designated test board of the Government, delivery, and price. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors is, in descending order of importance: (1) Compliance with stated requirements as evidenced by testing performed by the Government; (2) Delivery and (3) Price. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.225-1, 52.225-3 and 52.232-33; 52.216-19, Order Limitations, inserted in paragraph (a) one(1) each, inserted in paragraph (b)(1) two hundred(200) each, inserted in paragraph (b)(2) three hundred seventy five(375) each, inserted in paragraph (b)(3) thirty(30), and inserted in paragraph (d) ten(10);52.216-21 Requirements, inserted in paragraph (f) 31 March 2006; 52.217-5, Evaluation of Options, 52.217-9; Option to Extend the Term of the Contract, inserted in paragraph (a) sixty(60) days and sixty(60), inserted in paragraph (c) thirty-six(36) months;52.232-19, Availability of Funds for the Next Fiscal Year, insert 31 March 2004. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, 252.225-7007, and 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 11 March 2003. Electronic submissions, to include fax and email, will not be accepted. Quotes and AOD units for testing shall be mailed or hand carried to HQ, US Army Special Operations Command, ATTN: AOCO(Contracting), Bldg E-2929, Desert Storm Drive, Fort Bragg, NC 28310. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include Line Item 0001, Base Period 1 April 2003 or date of award as subsequent thereto, Automatic Opening Device, 150 each, Line Item 1001, First Option Period, 1 April 2004-31 March 2005, Automatic Opening Device, 125 each, and Line Item 2001, Second Option Period, 1 April 2005-31 March 2006, Automatic Opening Device, 125 each, (2) twenty(20) AOD units for testing, (3) completed Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Ella Porter, Contract Specialist, at portere@soc.mil.
 
Place of Performance
Address: DESERT STORM DRIVE, FORT BRAGG, NC
Zip Code: 28310
Country: US
 
Record
SN00260060-W 20030216/030214213800 (fbodaily.com)
 
Source
FedBizOpps.gov 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.