Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

42 -- Survival Vests

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-500015
 
Response Due
6/8/2004
 
Archive Date
6/25/2004
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHall@arsc.uscg.mil, CCox@arsc.uscg.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 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 document will not be issued. HSCG38-04-Q-500015 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-22. The applicable NAICS number is 339113 and the small business size standard is 500 employees. This procurement is a total Small Business Set-aside. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The U.S. Coast Guard has a requirement to purchase Helicopter Aircrew Survival Vests. The anticipated term of the contract is one base year period and three option year periods. Quantities listed are estimates for the base year and each option year. Failure of the Government to order any of the line items or quantities described as estimated or maximum will not entitle the contractor to any equitable adjustment in price. The following Aircrew Survival Vest Description applies for the Base Year and each Option Period: APPLICATION: Survival vest to be worn by all Helicopter Pilots and Crewmen during flight operations, providing basic floatation, survival item storage, and hoistability during arduous Coast Guard search and rescue missions. DESIRED CONFIGURATION: Vest must provide the following capabilities: 1) Provide flotation to downed aviators in the marine environment at a minimum of 60 lbs. of buoyancy. Flotation must be of a low profile nature and have easily accessible actuation lanyard for CO2 inflation. Bladder must be international orange color with solas grade reflective tape on top of neck and chest area of bladder. Flotation must have oral inflation option in case of CO2 inflation failure. Flotation bladder should be encased in nomex storage cover for flash fire protection with zipper type closure system. Hook and Pile closure of bladder cover is least desirable; 2) Vest must provide lifting capability for member to be hoisted from water with a minimum load capability of 400 Lbs. 3) Must have leg straps to hold survivor in a sitting upright position during unconsciousness in concert with floatation bladder and prevent survivor from falling out of vest. Slide fastener, front closure preferred. 4) Vest must be able to accommodate body armor vest with removable armor plates, worn underneath during law enforcement missions. 5) Vest must provide storage for survival items and signaling devices required to include: two MK 124 day/night flares, MK 79 pen flare kit, small foldable survival knife, 406 Personal locator beacon (6"x4"x2"), Emergency escape air supply (aqualung SEA 2.system), strobe light, small thermal space blanket, and fox 40 survival whistle. 6) Vest must provide mounting "pull-the-dot" snap pattern to accommodate CBR blower fan mounting bracket (NAVAIR CBRN flying ensemble). 7) Vest must provide optional weapons storage for Berretta M9, 9mm side arm. Must have removable holster and storage pockets for two (2) extra 9mm magazines. 8) Preferred vest colors are black or midnight blue. 9) Vest must have adjustment capability to accommodate wide range of crewman sizes from a 34 short to a 52 Long jacket size. 10) The vest shall meet or exceed TSO-C13f available for viewing at www.faa.gov under TSO index link. Technical POC is ASTCM Joseph J. Flythe, Jr., USCG, ARSC, ALSE, (252)335-6071, email jflythe@arsc.uscg.mil. BASE YEAR: Item 0001: Helicopter Aircrew Survival Vest, P/N and NSN To Be Determined (TBD) after award, Qty. 750 Each: OPTION PERIOD ONE: Item 0002: Helicopter Aircrew Survival Vest, P/N and NSN TBD; Qty. 50 Each; OPTION PERIOD TWO: Item 0003: Helicopter Aircrew Survival Vest, P/N and NSN TBD; Qty 50 Each; OPTION PERIOD THREE: Item 0004: Helicopter Aircrew Survival Vest, P/N and NSN TBD; Qty 50 Each. Minimum guaranteed quantity for the base year period is 700 each and for each option year period 10 each. Inspection and acceptance of material shall be performed by USCG Receiving personnel. Packaging, Packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repacking or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Quantity, Purchase Order Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Bar coding is not required. DELIVERY SCHEDULE: Quotes must include a proposed Delivery Schedule for the Base Year and all Option Periods. All Items shall be delivered to Commanding Officer, U.S. Coast Guard Aircraft Repair and Supply Center, Receiving Bldg 63, Elizabeth City NC 27909. Items delivered shall be new material. Reconditioned/used material is not acceptable. Drawings are not available and cannot be furnished by the U.S. Coast Guard. F.o.b Destination quotes are desired. F.o.b. Origin, Freight Prepaid quotes may be submitted but must include shipping costs to be considered responsive. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror(s) proposing the best value to the Government considering technical acceptability, price, delivery, and past performance. Evaluation shall be inclusive of option estimated quantities and proposed prices. The government reserves the right to request a Sample Vest for evaluation. The item supplied by the successful offeror will be considered part of the contract Base quantity, unless damaged or destroyed during evaluation. Do Not submit a Sample Vest unless requested to do so. , FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) with the following addenda: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999), FAR 52.204-7 Central Contractor Registration (Oct 2003,) FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.216-18 Ordering (Oct 1995) para (a) date of contract award through one year from date of contract award for the basic period and effective date of each option exercise through one year from date of exercise., FAR 52.216-19 Order Limitations (Oct 1995) Base Year and each exercised Option Year (a) 1 each, (b) Five Percent (5%) greater than the Contract Line Item quantity, (2) N/A, (3) 30 Calendar days, (d) 10 Calendar days., FAR 52.217-6 Option for Increased Quantity (Sep 1989) Within 60 days of contract expiration date., FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) para (a) 30 days of contract expiration date, 60 days, (c) 4 years., FAR 52.225-2 Buy American Act Certificate (June 2003), FAR 52.233-2 Service of Protest (Aug 1996), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.242-13 Bankruptcy (Jul 1995), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html ; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2004)(a) (b), FAR 52.205-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with ALT I (Oct 1995)(41 U.S.C. 253 and 10 U.S.C. 2402), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644) , FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), FAR 52.219-9 Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637 (d)(4)), FAR 52.219-14 Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)), FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)( 38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Closing date for receipt of quotes is 8 June 2004, 10:00 a.m. EDST. For information regarding this request for quotation contact Denise Hall (252) 334-5323, e-mail dhall@arsc.uscg.mil or mail Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. The Government's obligation under this solicitation and any subsequent contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for award of contract or for any payment may arise until funds are made available to the Contracting Officer. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Delivery, F.o.b. Shipping Terms, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2004) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency.
 
Record
SN00591758-W 20040527/040525211558 (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.