Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

16 -- PARACHUTES

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-08-T-0188
 
Archive Date
8/21/2008
 
Point of Contact
Ana M Diaz,, Phone: 757-893-2722
 
E-Mail Address
ana.diaz@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial commodity 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is H92244-08-T-0188, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, effective 22 April 2008. North American Industrial Classification Code (NAICS) 451110 applies to this procurement. This procurement is a 100% Small Business Set Aside. The size standard is $6.5M. The Naval Special Warfare Development Group (NSWDG), Virginia Beach, Virginia intends to issue a Firm Fixed Price contract on a sole source basis to Performance Designs, Inc. or their authorized distributors for the procurement of the following products: Brand Name Justification: Specific brand name items are required in accordance with NAVSEA Instruction 13512.1H Premeditated Personnel Parachuting (P3) Equipment Authorized for Navy Use (ANU). Accordingly, this specific equipment is essential to the Government requirements and other products do not meet and cannot be modified to meet the agency's needs. Schedule of Supplies/Services CLIN 0001, Part Number: PD Silhouette 210, Description: Silhouette Suspension Line - Dacron Lines, Connector Links - #5 Stainless Steel Connector Links, Zero P Top Skin Color: Royal Blue, F-111 Bottom Skin Navy Blue, Unit of Issue: Each, Quantity: 4 CLIN 0002, Part Number: PD Silhoutte 260, Description: Silhouette Suspension Line - Dacron Lines, Connector Links - #5 Stainless Steel Connector Links, Zero P Top Skin Color: Royal Blue, F-111 Bottom Skin Navy Blue, Unit of Issue: Each, Quantity: 2; CLIN 0003, Part Number: PD 193R, Description: Reserve Parachute, 725 LB Microline, #4 Stainless Steel Connector Links, Colors: Yellow, Kelly Green, White or Light Blue, Unit of Issue: Each, Quantity: 4; CLIN 0004, Part Number: PD 218R, Description: Reserve Parachute, 725 LB Microline, #4 Stainless Steel Connector Links, Colors: Yellow, Kelly Green, White or Light Blue, Unit of Issue: Each, Quantity: 2; CLIN 0005, Part Number: J5, Javelin Odyssey Harness and Container, Size J-5 with the following options: Monogram Numbers #8, #11, #41, #49 on left mud flap in 1" block white letters, fabric all black cordura, 3 Ring (Base Ring); Large 3-Rings, Reserve Pin Protector, clear, with velcro flap closure, cypres ready; top of reserve pin flap cypres location, main lift web; adjustable main lift webs, B-12 clips on left straps; B-12 clips on leg straps, RSL: Reserve Static Line, BOC: Bottom of container main deployment, hook knife pocket on HIP, Cable Housing: Hard Cable Housing, Yoke Size: "C", Drive loops on main PC Hackey - Black, Non Kill Line, D-Ring Reserve Handle. Unit of Issue: Each, Quantity: 4; CLIN 0006, Part Number: J7, Javelin Odyssey Harness and Container, Size J-7 with the following options: Monogram Numbers #1 and #2 on left mud flap in 1" block white letters, fabric all black cordura, 3 Ring (Base Ring); Large 3-Rings, Reserve Pin Protector, clear, with velcro flap closure, cypres ready; top of reserve pin flap cypres location, main lift web; adjustable main lift webs, B-12 clips on left straps; B-12 clips on leg straps, RSL: Reserve Static Line, BOC: Bottom of container main deployment, hook knife pocket on HIP, Cable Housing: Hard Cable Housing, Yoke Size: "C", Drive loops on Main Raisers, Main PC Hackey - Black, Non Kill Line, D-Ring Reserve Handle. Unit of Issue: Each, Quantity: 2; Deliver to: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299; Required Delivery Date: 30 days after date of contract. FOB: Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-2 Certificate of Independent Price Determination (APR 1985) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (JUN 2008) (DEVIATION) FAR 52.216-1 Economic Price Adjustment (APR 1984) FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUN 1988) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-9 Small Business Subcontracting Plan (APR 2008) FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.246-25 Limitation of Liability - Services (FEB 1997) FAR 52.249-2 Termination for Convenience of the Government (Fixed Price)(MAY 2004) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical capability and delivery of the item offered to meet the Government's requirement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-3 Offeror Representations and Certifications-Commerical Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252.2 Clauses Incorporated By Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications-Commerical Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.228-9000 Required Insurance (2003) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) SOFARS 5652.232-9003 Paying Office Instructions (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions will be accepted until 04 August 2008. Questions shall be sent to the following point of contact: Ana Diaz, Contract Specialist; Email address: ana.diaz@vb.socom.mil; phone (757) 893-2722; fax (757) 893-2957. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 06 August 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quotes complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=600ec72880c2551ac9c4b1b3211052a4&tab=core&_cview=1)
 
Record
SN01626723-W 20080801/080730221650-600ec72880c2551ac9c4b1b3211052a4 (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.