Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOLICITATION NOTICE

78 -- ALTIMETERS AND TEST CHAMBER FOR SKYDIVING

Notice Date
5/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92236-05-T2061
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92236-05-T-2061 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-03. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and ://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be completely familiar with all applicable clauses and provisions. This requirement is set aside for small businesses. The NAICS Code is 334511 and the size standard is 750 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following supplies: (1) Altimeter, for Skydiving. Altimaster III Galaxy or equal. Shall feature large 2? dial face, either glow in the dark, white face, or custom face, 1? thick aluminum casing, hand mount. Altitude range of 18,000 feet MSL, marked in 250 foot increments. Can be worn with hand mount or a Velcro wrist mount band and waterproof. Battery Operated. Alti-2 PN FP-02055 or equal, NSN 6610 01 519 3004, 10 EACH. (2) Altimeter, for Skydriving, Altimaster Neptune or equal. Waterproof down to 6? of water, visual altimeter, audible altimeter, freefall computer, and logbook. Automatic calibration for DZ altitude, 30,000 feet MSL altitude range. Infrared interface for downloading log paralog client software. Typical screens include, ground mode, aircraft mode, altitude mode, menu system, electroluminescent backlight. Uses (1) CR2450 battery. Helmet clip included, 10 EACH. (3)Altimeter, MA2-30 Military, NSN 6660 01 213 9035 or equal. 12,000? per revolution of the pointer, (2.5 revolutions to 30,000 max altitude, White face with black warning section, 40 EACH. (4) Test Chamber, TC-10, designed to test up to 10 military altimaster altimeters. Housed in a Pelican 1600 case. Pump runs continuously when test chamber is being loaded with altimeters, the pump is creating a vacuum in a reservoir inside the test chamber. The TC-10 is a vacuum only chamber and tests from ambient altitude to 30,000 feet MSL. Supplied with a 110V pump, 2 EACH. The FAR and DFARS provisions and clauses are hereby incorporated by reference (exception(s) or addendum are provided, where appropriate) and are applicable to this procurement action: FAR 52.204-7, Central Contractor Registration. FAR 52.211-16, Variation in Quantity, is applicable to this requirement with the following clause addenda to paragraph (b), 10% increase, 0% decrease is allowed only in so far as it is required to deliver not less than the entire quantity requested for each CLIN and in order to conform with standard commercial packaging with regard to Unit of Issues. FAR 52.211-17, Delivery of Excess Quantities. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLINs 0001, 0002, 0003 and 0004 is not later than 12:00 p.m. (PST), 14 Jul 05, based on the assumption that the successful offeror(s) receive notice of award by 14 Jun 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addendum to paragraph (a), The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Delivery and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics, to include functional and physical characteristics, associated with each CLIN and in strict compliance with all applicable FAR and DFAR Clauses, and successful past performance providing, in a timely manner, quality goods of the size and scope of the supplies required in this solicitation. Offerors shall provide not less than two (2) references (with contact data) which demonstrate the aforementioned past performance. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity, and written affirmation, of the offeror to conform with the RDD of this solicitation. Alternate delivery schedules are not being solicited. However, offers of an alternate delivery schedule which improves on the RDD, or is otherwise advantageous to the Government, will be considered. Offerors shall present a detailed schedule with necessary explanation(s) for any proposed alternate delivery schedule. Offers will be evaluated for price. Prices, (NET, discount(s) deducted, if any) shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery. The factors of technical acceptability and delivery combined are significantly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.225-1 Alt. 1, Buy American Act-Supplies. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-5, Authorized Deviations in Provisions. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration, Alt. A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92236-05-T-2061 may be submitted: by email (preferred) to burgessc@jdi.army.mil, faxed to 9102430249, or hard copy via mail to USSOCOM REGIONAL CONTRACTS OFFICE, BLDG 3-1947 MALVESTI RD, Attn: Connie Burgess, POPE AFB NC 28308. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. AT A MINIMUM ALL OFFERS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the offeror; (2) a priced schedule of supplies to be provided; (3) Representations and Certifications compliant with FAR 52.212-3; (4) acknowledgement and agreement with amendments, if issued; and (5) evidence of technical acceptability with past performance references. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review this website for any changes or amendments to the RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 10:00 a.m.(EST), 10 June 2005. Questions with regard to this RFQ will be accepted from interested offerors (email submission preferred) up to 10:00 a.m. (EST) 7 June 05. Any questions submitted thereafter will be entertained, however the due date for submission of offers will not change. Questions should be directed to the Connie Burgesss at (910)243-1345, or emailed (preferred) to burgessc@jdi.army.mil.
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACTS OFFICE, BLDG 3-1947 MALVESTI RD, POPE AFB NC 28308
Zip Code: 28308
Country: USA
 
Record
SN00810592-W 20050520/050518212429 (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.