Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
MODIFICATION

99 -- Diving Equipment

Notice Date
9/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
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
H92244-09-T-0314
 
Archive Date
10/7/2009
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE SPECIFICATIONS FOR THE WETSUITS. *Wetsuit will be manufactured by using Thermo Bamboo recycled fiber plush lining with heat-retaining bamboo charcoal and water repellant technology material. *Primary wetsuit components (3/2MM, 4/3MM, 6/5MM full suits) will incorporate an off-set shor back zipper with inner water shield dam to prevent water flushing. *Spine guard zip panel. *Smooth skin velcro wrap collar *Super stretch neoprene lower body *Ultra stretch, ultra soft neoprene sleeves, underarms and lower legs *Black in color with subdued logos *Contractor shall be available to take and record individual measurements for clothing and equipment sizing within a two day window. Contractor shall provide immediate replacement for warranty defects. Contractor shall manage the shipping and handling of returned items from the Command. Contractor shall be required to package all items into kits and deliver within seven calendar days with correct gear properly sized. 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 accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The solicitation number is H92244-09-T-0314. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure diving kits. A Firm Fixed Price (FFP) contract is contemplated. 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) 2005-36 effective 11 August 2009. This procurement is a 100% small business set-aside. The associated NAICS code is 339999 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. The procurement is brand name or equal. If quoting equal, please submit specifications with your quote. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 BRAND NAME OR EQUAL Item Code AE057028-B-11 XCEL 5MM Infinity Split Toe Boot, sizes to be provided; Quantity 50 each CLIN 0002 BRAND NAME OR EQUAL Item Code ABV79829-B-11 XCEL 7MM Round Toe DryLock Boot, Black, sizes to be provided; Quantity 50 each CLIN 0003 BRAND NAME OR EQUAL Item Code AN008581-USAB-LG XCEL Hi-Cut Fin Socks, sizes to be provided; Quantity 50 each CLIN 0004 BRAND NAME OR EQUAL Item Code AN-159387-B-LG XCEL 1.5MM Infiniti Five-Finger Glove, sizes to be provided; Quantity 50 each CLIN 0005 BRAND NAME OR EQUAL Item Code AB039389-B-LG XCEL 3MM Infiniti Five-Finger Glove, Black, sizes to be provided; Quantity 50 each CLIN 0006 BRAND NAME OR EQUAL Item Code AB4319U9-USAB0LG XCEL 4 / 3MM Hood with Big, Large; CLIN 0007 BRAND NAME OR EQUAL Item Code AE008257-USAB-LG XCEL 2MM Hood with Bill, sizes to be provided; Quantity 50 each CLIN 0008 BRAND NAME OR EQUAL Item Code AN0402H29-USAB-LG XCEL 2MM Hooded Vest, Black, sizes to be provided; Quantity 50 each CLIN 0009 BRAND NAME OR EQUAL Item Code MX001429-USAB-LG XCEL 1.5 / 1 /.5MM Back-Zip Jumpsuit, Black, sizes to be provided; Quantity 50 each CLIN 0010 BRAND NAME OR EQUAL Item Code MX020827-USAB-LG XCEL 2MM X-Flex Short John, sizes to be provided; Quantity 50 each CLIN 0011 BRAND NAME OR EQUAL Item Code MX2210U8-USAB-LG XCEL 2MM X-Flex S/S Spring Suit, sizes to be provided; Quantity 50 each CLIN 0012 BRAND NAME OR EQUAL Item Code MB65ZH29-USAB-LG XCEL 6 / 5MM Infiniti X-Zip 2 Full Suit, Black, sizes to be provided; Quantity 50 each CLIN 0013 BRAND NAME OR EQUAL Item Code MT3225Z8-USAB-LG XCEL 3 / 2MM Infiniti OS Zip Full Suit, sizes to be provided; Quantity 50 each CLIN 0014 BRAND NAME OR EQUAL Item Code 24003 Super Hanger - Black; Quantity 50 each CLIN 0015 BRAND NAME OR EQUAL Item Code 24013 Super Accessory Hanger Black; Quantity 50 each CLIN 0016 BRAND NAME OR EQUAL Item Code 60651M Omer Zoom Soft Snorkel; Quantity 50 each CLIN 0016 BRAND NAME OR EQUAL Item Code 150-84-80-000 Apollo Bio Fin Pro Black Large, Quantity 50 pair CLIN 0017 BRAND NAME OR EQUAL Item Code 30064 Titanium DRP Point Black Dive Knife; Quantity 50 each CLIN 0018 BRAND NAME OR EQUAL Item Code 2467A-BK Wheeled Loadout Bag, Large, Black; Quantity 50 each Section D Delivery Schedule The delivery dates for Clins 0001 through 0018 is to be determined. Section E Inspection and Acceptance Inspect and Acceptance for Clins 0001 through 0018 shall be at Destination by the Government. Section I Clauses CLAUSES FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations 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 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2009) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009) 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-23 Assignment of Claims (JAN 1986) 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 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) 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 (JAN 2009) 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 (Aug 2008) Alt I (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 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 5652.233-9000 Independent Review of Agency Protests (2009) 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) 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: Price, delivery and the ability to meet the specifications identified in Section C. Delivery and the ability to meet the specifications identified in Section C, when combined, are approximately equal to cost or 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. DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 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 Christine Anderson, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (NOV 2007) 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 shall be sent to the following point of contact: Christine Anderson, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2715 Fax: 757-893-2957 Email address: christine.anderson@vb.socom.mil. SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Point of Contact for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; anthony.witherspoon@vb.socom.mil, Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; connie.hayes@vb.socom.mil, Phone (757) 893-2717. (b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0314/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01961515-W 20090920/090919001202-b88fed1d74d6109c86c9e7ca354902b2 (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.