Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
MODIFICATION

16 -- Parachute Components

Notice Date
2/8/2005
 
Notice Type
Modification
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0022
 
Response Due
3/1/2005
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 01 TO RFQ H92244-05-Q-0022 IS ISSUED TO INCORPORATE THE FOLLOWING CLINS: CLIN 0022 LIGHT WEIGHT TANDEM FIELD BAG W/ HANDLE, SHOULDER STRAP AND DRAW STRING TOP; COLOR: COYOTE BROWN (TAN), QUANTITY 150 EACH; CLIN 0023 SPANDEX STYLE POUCH FOR LIGHT WEIGHT GEAR BAG; COLOR: SILVER/GRAY, QUANTITY 150 EACH. THE CLOSING DUE DATE OF THIS SOLICITATION REMAINS THE SAME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Cutaway Handle, P/N CPS-JM015-PET-RED, Quantity 25 each CLIN 0002 Ripcord, Main 36.5”, P/N CPS-JM004-36-5, Quantity 75 each CLIN 0003 Ripcord, Reserve 23”, P/N CPS-JR005-23, Quantity 25 each CLIN 0004 High Speed Reserve Pilot Chute, P/N CPS-JR004, Quantity 10 each Color: Silver, MJN-1 CLIN 0005 Loop, Closing, Main, P/N CPS-JM003-1, Quantity 100 each CLIN 0006 MJN-1-RSL, Reserve Static Line, P/N CPS-JR007-1, Quantity 10 each CLIN 0007 Parachute Assembly Pilot, Main, MJN-1, P/N CPS-JM001, Quantity 25 each CLIN 0008 Deployment Bag, Reserve-MJ, Freebag, P/N CPS-JR002-11, Quantity 10 Each CLIN 0009 Bridle Assembly – Main Spring (Lg Loop), P/N CPS-JM020-1A, Quantity 25 each CLIN 0010 Riser Assembly, Main, P/N CPS-JM012-1, Quantity 25 pair CLIN 0011 Main Bag Freefall/Kicker Plate, P/N CPS-JM017-3, Quantity 25 each CLIN 0012 MH-Toggles-Main, P/N CPS-JM014, Quantity 25 pair CLIN 0013 MJN-1 Safety Stow, P/N CPS-J009-M, MJN-1, Quantity 50 each CLIN 0014 Inner Toggles w/ Straight Pin (Halo), P/N CPS-TOG-TASE, Quantity 25 pair CLIN 0015 Reserve Static Line – TS-14, P/N CPS-RSL-TS14R, Quantity 5 each Color: Silver CLIN 0016 Tandem Reserve Ripcord TS-14, P/N CPS-RCSOFT-26T-Red, Quantity 10 Each CLIN 0017 Safety Stow Loop, Reserve, TS-14, P/N CPS-SAFETY-STOW, Quantity 25 each CLIN 0018 Main Bag Sigma, P/N CPS-MNBAG-TS14, Quantity 25 each New Bag with 5 Locking Stows CLIN 0019 Military Tandem Vector Sigma Drogue/ Sz 72”, w/Disc (2” Mesh-New Style), Color: Silver, Quantity 25 each CLIN 0020 Loop Main Closing, Sigma, P/N CPS-LOOP-M-SIGMA, Quantity 75 each CLIN 0021 Breakaway Handle (Sigma), P/N CPS-CUTAWAY-TL-GRN, Quantity 5 each CLIN 0022 Tandem Phoenix Main Canopy (TP 400), P/N CPS-TP-400 M1, Color: Silver, Quantity 15 each This Request for Quote (RFQ) H92244-05-Q-0022 is anticipated to result in a Firm Fixed Price (FFP) contract. The Government intends to make multiple awards as a result of this announcement. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 effective 28 December 2004. North American Industrial Classification Code (NAICS) 713990 applies to this procurement. Period of Performance is specified within each CLIN. The DPAS rating for this procurement is DO. The following provisions and clauses apply to this procurement: FAR 52.203-3 Gratuities (Apr 1984)); FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005); FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); DFARS 25.225-7012 Preference for Certain Domestic Quantities (Jun 2004); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal Mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 1 March 2005 at 12:00pm Eastern Standard Time (EST). Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price, technical competence and past performance. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical and past performance when combined weighs more heavily than price. Vendors must be registered in Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-05-Q-0022/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue Virginia Beach, Virginia
Zip Code: 23461-2299
 
Record
SN00847899-F 20050716/050714213531 (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.