Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

20 -- Full Face Masks

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0031
 
Response Due
4/2/2004
 
Archive Date
4/17/2004
 
Point of Contact
Steven Davis, Contract Specialist, Phone (229) 257-4704, Fax (229) 257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-4917, Fax 229-257-4032,
 
E-Mail Address
steven.davis@moody.af.mil, bryan.ewing@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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. The solicitation number for this procurement is FA4830-04-Q-0031 and is issued as a Request for Quotation (RFQ. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-20, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC)2004-0302. For informational purposes The Standard Industrial Classification Code is 3069. The North American Industry Classification System is 339920. The BID SCHEDULE shall be for the following: CLIN 0001: Diver Transceiver. Aquacom Part number SSB-1001B1 OR EQUAL. Nominal range: Calm Sea: Greater than 1,500 meters. Sea State 6: 150 meters nominal. Transmitter band: 25 5o 31 kHz. Audio freq. Response: 300-4,000 Hz. Receiver Sensitivity: -110 dBv Acoustic Output Power: 10 watts + (174.2 dB re 1 uPA at one meter) Automatic Gain Control: 120 dB dynamic range (AGC). Transducer: Piezoelectric type. Transmitter Activation: Voice operated transmitter (VOX) or manual activation (PTT). Battery Type: 8-AA Alkaline cells or NiMH rechargeable battery RB-11 & RC-15). Battery Life: 12 hrs AA Alkaline assuming 10% duty cycle. 13 hours NiMH battery . Low battery indicator: red LED on upper housing (also indicates power is ON). Housing dimensions: Height: 7.60?; Width: 3.55; Depth: 11.80?. Quantity 6 each; CLIN 0002: Surface Transceiver Unit. Acquacom part number STX-101M OR EQUAL. Nominal range: calm seas: greater than 1,500 meters. Sea state 6: 200 meters. Frequency range: 30 to 35 kHz. Audio bandwidth: 300Hz to 3,500 Hz. Automatic gain control: 120 dB dynamic range (AGC), Acoustic Output Power 10 watts (nominal). Microphone/Speaker: Hand-Held, dynamic, 200 ohm./Front panel speaker with On/Off control. Transducer: Peizoelectric type on a 55? cable. External Power: 12 volt, DC @ minimum of 4 amps. Battery Type & Life: Supplied with 2 RB-6V rechargeable battery, 20 hours continuous use. Charger = RC-6M (supplied). Squelch: User adjustable from the front panel. Receiver Sensitivity: Greater than 100dBv. Housing Dimensions: D ? 10.60?; W ? 14.00?; H ? 6.50?; Weight ? 12.5 pounds with battery. Housing U/K 603. Quantity 2 Each. CLIN 0003: M-48 Full Face Mask with Regulator. Aquacom part number800-050 OR EQUAL. Lightweight modular full face mask that allows for easy and rapid adaptation to various self-contained underwater breathing apparatuses as well as surface supplied systems. Mask frame and rigid components are made of high impact plastic. Face seal is made of the highest quality silicone that conforms to the diver?s face. Modular removable mouth pod is designed to quickly interchange allowing the diver multiple breathing gas options. Mask is also designed to accept various wireless communications. Configurations: Removable lower pod is a unique feature?when diving, the pod is easily removed and replaced on the mask for diver capability to buddy-breathe, use a snorkel or an octopus, or perform an ?in water? gas switch, with the mouthpiece in. The regulator may be used without the pod being sealed to the mask. Quantity 6 Each. CLIN 0004: Battery Charging Station. Aquacom part number RCL-7A OR EQUAL. Designed to charge up to six (6) nickel metal hydride double battery packs and one (1) STX-101 or STX-101M surface station equipped with two (2) six volt rechargeable batteries. Checks the batteries for shorted or open cells. Input Voltage 90 to 240 volts AC and 10 to 30 volts DC. Capacity: Six 12 volt Nickel Metal Hydride double battery packs & Two 6 volt gel cell batteries installed in the 1000DU, 3000DU, STX-101, or STX-101M. Nickel Metal Hydride: Each pack is Two 12 volt, 1.5 amp hour packs wire in parallel. Accessories: AC cord with IEC 320 connector to bare wires. Surface station interface cable, DC interface cable, DC interface cable with large crocodile clips. Dimensions: H ? 6.5?; W ? 14?; D ? 10.6?. Housing Material: ABS(UK Housing). Quantity 1 Each. CLIN 0005: EMD-2 Ear Microphone Assembly for M48 OR EQUAL. Wireless; set up for the M-48 super mask. Quantity 6 Each. CLIN 0006: RB-11 Rechargeable Batteries OR EQUAL. Battery Nickel Metal Hydride for SSB-2010/1001B (highoutput-no memory). Quantity 12 Each. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is 100% set aside for small business. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within TEN days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-6 Brand Name Or Equal; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2004), FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity , FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR52.225-1 Buy American Act - Supplies, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (U.S.C. 3332). FAR 52.233-3 Protest After Award, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 02 April 2003. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Cherry Roberts, 229-257-4712 (229-257-4032 fax) or Bryan Ewing, 229-257-4917.
 
Place of Performance
Address: Moody AFB Georgia
Zip Code: 31699
Country: United States
 
Record
SN00555015-W 20040328/040326212248 (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  © 1994-2020, Loren Data Corp.