Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
MODIFICATION

69 -- AQUATICS TRAINING DEVICE Modular Egress Training Simulator

Notice Date
12/6/2007
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
Reference-Number-H92222-08-R-0009
 
Response Due
12/21/2007
 
Archive Date
1/31/2008
 
Point of Contact
Roxanne Gerry, Contracting Officer, Phone 813-826-5177, Fax 813-826-7504
 
E-Mail Address
gerryr@socom.mil
 
Description
Based on the response to the pre-solicitation notice issued 07 Oct 05, it is determined that more than one source can meet the agency requirements. This is a unrestricted combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and Subpart 13.5, 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 Headquarters U.S. Special Operations Command, Florida, intends to award a firm fixed-priced type contract for an Aquatics Training Device (ATD) Modular Egress Training System. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21, Effective 07 Nov 2007, and Class Deviation 2005-o0001. The NAICS Code associated with this procurement is 333319, Other Commercial and Service Industry Machinery Manufacturing. The size standard is 500 employees. Defense Priorities and Allocations System (DPAS) rating DOA7. Federal Supply Code is 6936. DoD Claimant Program Code is C9E. These codes will apply to the resulting order. Delivery by commercial carrier with standard commercial packaging is required. FOB Destination: DODAAC: W81NL6, SOATC, Aquatics Survival Training Facility, 160th Special Operations Aviation Regiment (Airborne), Ft Campbell, KY 42223-5000. Attachment 0001, Training Systems Requirements Document (TSRD), 11 pages is available at https://www.fedteds.gov/, reference this solicitation number. CAUTION Note: Attachment 0001 provides prospective offerors with the detailed minimum technical requirements in the Technical Specification Requirements Document. The ATD Modular Egress Training System is a self-contained underwater escape trainer with a generic fuselage section representing no specific aircraft. The fuselage shall be submersed in water in a horizontal position with the fuselage upright and have the means to rotate about its longitudinal axis. The ATD Modular Egress Training System shall provide a variable-speed rate of descent and retraction controllable by an operator. The ATD Modular Egress Training System shall provide a means for students to practice escaping a fuselage floating in an upright position, an inverted position, or any position between upright and inverted. The ATD Modular Egress Training System shall include the advanced jib with dynamic environmental effects. The ATD Modular Egress Training System shall provide underwater escape training simulation to realistically simulate the aircraft and many of the actual environmental conditions trainees are expected to encounter under operational conditions. The dynamic environmental effects are induced by the unique capabilities designed into the modular egress training system and its inherent support structure. ATD Modular Egress Training System shall provide dunker/Helicopter Emergency Egress Device (HEED) training for all aircrew activities in order to acquire and maintain proficiency. The procured training device shall be rapidly reconfigurable with ergonomically correct crew stations. The ATD Modular Egress Training System shall function closely to the general characteristics of a ditched aircraft and include the following capabilities: Moveable, interchangeable exterior panels, interior bulkheads and seats; Aircraft type-specific emergency exits and exit mechanisms; Emergency floor and exit lighting; Simulated smoke generation; Dynamic Environmental Effects which includes sea state generation equipment to include wave ball, water current generators and wind machine; Emergency equipment such as life raft capsules; The ability to upgrade and add components to meet changing requirements; Rapidly reconfigurable with ergonomically correct crew station. Offers shall include sufficient detail in support of all of the above requirements, along with a detailed cost breakdown in sufficient detail to evaluate the overall costs associated with the delivery and installation of the ATD. Delivery is required by 30 JUNE 2008. Early delivery is acceptable at no additional cost to the Government and upon coordination with the Government POC. Descriptive literature will include, as a minimum: make, model, part number, nomenclature, quantity, detail of specifications, operating manual, warranty information; base, options, features, a detailed cost breakdown sheet, and a specified delivery date. Information should clearly identify the manufacturer, country of origin, part number, unit price, and length of warranty for each component. Evidence may include commercial marketing literature or other reliable information. This solicitation incorporates one or more clauses by reference, with the same force and effect as if in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The provisions at 52.212-1, Instructions to Offeror?Commercial and 52.212-2, Evaluation- Commercial Items applies to this acquisition; fill-ins for Paragraph are: (a) Technical capability of the item to meet or exceed the minimum government requirements as detailed in the TSRD, Past Performance and Price. Technical and Past Performance, when combined, are more important than price. Technical evaluation shall consist of the following sub-factors and are listed in order of importance and descending value: (1) Meets or exceeds specifications of TSRD (i.e. Clear and Logical approach to overall performance verification process); (2) Configuration, Operation and Reliability; (3) Realistic Schedule (4) Cost; and (5) Warranty, on-Site Support and Service Agreement (availability of service, training support). The Government reserves the right to award to other than the lowest priced offer. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following additional DFAR clauses cited are applicable: (1) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include (a), 52.203-3, Gratuities (APR 1984), (b) (4), 252.225-7001, Buy American Act and Balance of Payments Program:, (9) 252.225-7021, Trade Agreements, (17) 252.232-7003, Electronic Submission of Payment Requests, (20) (iv) 252.247-7023, Transportation of Supplies by Sea Alternate III. Additional clauses that apply to this acquisition are: 52.204-7, Required Central Contractor Registration; 252.204-7004, and Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-211-7003, Item Identification and Valuation; and 52.225-13, Restrictions on Certain Foreign Purchases. The following U.S. Special Operations Command clauses apply to this solicitation: 5652.204-9003, Disclosure of Unclassified Information; 5652.233-9000, Independent Review of Agency Protests, and 5652.246-9000, Marking of Warranted Items The full text of the clauses referenced in this solicitation may be accessed electronically at: http://farsite.hill.af.mil. CAUTION: This solicitation will be issued only through this synopsis. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. The Government is under no obligation and is in fact unable to maintain a bidders mailing list. Quotes are due not later than 1100 EST on 2007 DEC 17. Offerors shall deliver proposals electronically to the email address provided for the point of contact below. In addition, all offerors shall mail two (2) hard copies and one CD-ROM disk to the following address: U.S. Special Operations Command, SOAL-KW (R. M. Gerry), 7701 Tampa Point Blvd, MacDill AFB, Fl, 33621-5323. All hard copy proposals must be received no later than 1100 EST on 2007 DEC 17. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/Reference-Number-H92222-08-R-0009/listing.html)
 
Place of Performance
Zip Code: 42223-5000
 
Record
SN01465595-F 20071208/071206232714 (fbodaily.com)
 
Source
FedBizOpps 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.