Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

78 -- NSWDG NON STANDARD HARNESSES/CONTAINERS

Notice Date
9/6/2008
 
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-0232
 
Archive Date
10/1/2008
 
Point of Contact
Joe E. Reaume, Phone: 757-893-2702
 
E-Mail Address
joseph.reaume@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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. The solicitation number is H92244-08-T-0232. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure non standard harnesses and containers systems. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008. This procurement is 100% small business set-aside and the associated NAICS code is 451110 with a standard business size $6.5M. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. 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. Section B Schedule of Supplies and Services Line Item 0001, Description: Javelin Odyssey Harness & Container, Size J-5 with the following options: Monogram numbers on left mud flap in 1" Block White Letters. #3, #6, #16, #23, #33. Fabric : All black codura fabric, 3 Ring (Base ring): Large 3-rings, Reserve Pin Protector: Clear, with tuck tab closure, Cypress Ready: Top of reserve pin flap cypress location, Main Lift Web: Adjustable main lift webs, B-12 clips on leg 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 housings, Monogram Numbers: Monogram numbers on left mud flap in 1" block white letters as listed for size of container, J5K container size with 24" leg pads,Yoke Size: "C" Yoke, Drive Loops: Drive Loops on main risers. Quantity: 5, Unit of Issue: Each. Line Item 0002, Description: Javelin Odyssey Harness/Container, Size J-4 with the following options: Monogram numbers on left mud flap in 1" block white letters #34, #35, #43, #48, #59, #60, C20 Cordura Material, rings on hips and chest, stainless steel hardware, 1" risers type 17, 1" chest strap, hard cutaway housings, BOC, RSL, kill-line black pilotchute with hacky sack. Color: Black. Quantity: 6, Unit of Issue: Each. Line Item 0003, Description: Javelin Odyssey Harness/Container, Size J-3, with the following options: Monogram numbers on left mud flap in 1" block white letters #61, #62, #63, #65, #76, C20 Cordura Material, rings on hips and chest, stainless steel hardware, 1" risers type 17, 1" chest strap, hard cutaway housings, BOC, RSL, kill-line black pilotchute with hacky sack. Color: Black. Quantity: 5, Unit of Issue: Each. Line Item 0004, Description: PD 160R Reserve Canopy, PD 7-Cell Canopy F111, Micro Lines. Item # PDR160R, Color ANY Quantity: 5, Unit of Issue: Each. Line Item 0005, Description: PD 176R Reserve Canopy, PD 7-Cell Canopy F111, Micro Lines. Item # PDR176R, Color ANY Quantity: 6, Unit of Issue: Each. Line Item 0006, Description SABRE2 Main Canopy 190, SABRE2 190, micro lines, color: royal blue. Quantity: 5, Unit of Issue: Each. Line Item 0007, Description SABRE2 Main Canopy 170, SABRE2 170, micro lines, color: royal blue. Quantity: 5, Unit of Issue: Each. Line Item 0008, Description SABRE2 Main Canopy 150, SABRE2 150, micro lines, color: royal blue. Quantity: 5, Unit of Issue: Each. Line Item 0009, Description KILL-LINE COLLAPSABLE PILOTCHUTES, BLUE HACKY. Quantity: 30, Unit of Issue: Each Line Item 0010, Description JAVELIN MINI RISERS, Color Black 1" Type 17. Quantity: 20, Unit of Issue: Each Line Item 0011, Description JAVELIN RESERVE PILOT CHUTES. Quantity: 20, Unit of Issue: Each Line Item 0012, Description JAVELIN RSL. Quantity: 10, Unit of Issue: Each Delivery date is 90 days after date of contract. Deliver to: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299; FOB Point is Destination. Inspection is at Destination Acceptance is at Destination The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) 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 (APR 2008) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) 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 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 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 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A 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 (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) (DEVIATION) 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 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.204-9004 Foreign Persons (2006) 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 character limitation 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) FAR 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: delivery schedule and price. (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 52.212-3 Offeror Representations and Certifications Commercial 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 52.252-2 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 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (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 Rick Smith, (757) 893-2701. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual and quotes or proposals 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 and quotes or proposals shall be sent to the following point of contact: Joseph Reaume Email: joseph.reaume@vb.socom.mil Phone: (757) 893-2702 Fax: (757) 893-2957 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2005) Section H (Revised November 2007) •(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. •(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. •(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. •(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 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 than 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 Rick Smith, telephone (757) 893-2701. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 16 September 2008. The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fbddad80959d67cb69c4e852c1d890c1&tab=core&_cview=1)
 
Place of Performance
Address: NSWDG, 1636 REGULUS AVE, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN01662016-W 20080908/080906213816-fbddad80959d67cb69c4e852c1d890c1 (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.