Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

99 -- Yarborough Knife

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-10-T-0003
 
Archive Date
3/11/2010
 
Point of Contact
C Scott Phelps, Phone: 9104326145
 
E-Mail Address
conway-phelps@soc.mil
(conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 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. Solicitation H92239-10-T-0003 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Provisions and clauses may be downloaded at http://farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement 100% small business set-a side. The NAICS Code is 332212 and the size standard is 500 employees. This acquisition is to be a Firm Fixed Price (FFP) supply type contract with a period of performance of five (5) years. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 816 Each YARBOROUGH KNIFE Serial number number requirements will be provided after award. Base ordering period is for 1 year from date of award. CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 816 Each OPTION YARBOROUGH KNIFE Serial number number requirements will be provided after award. First optional ordering period. CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 816 Each OPTION YARBOROUGH KNIFE Serial number number requirements will be provided after award. Second optional ordering period CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 816 Each OPTION YARBOROUGH KNIFE Serial number number requirements will be provided after award. Third optional ordering period. CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 816 Each OPTION YARBOROUGH KNIFE Serial number number requirements will be provided after award. Fourth optional ordering period. Yarborough Knife Specifications Blade material CPM S30V stainless steel Blade hardness 55-57 RC Blade coating KG Gun-kote Blade length 7.0" (177 mm) Blade thickness full tang 0.220" (5.6 mm) Overall length 12.375" (312 mm) Weight 12.8 oz. (363 g) Sheath Modified Foliage Green Combat Master by Spec-Ops Brand (TM) GENERAL: The U.S. Army Special Forces Knife, also known as the "Yarborough Knife," is a utility knife intended for use in garrison, training, and on deployment. It is intended for use as a combat weapon and field utility tool. The knife features a 7-inch blade with spear-type shape with chisel tooth serrations on the hilt end of the blade. The handle is made of canvas micarta in either green, black, or desert tan. The knife has an exposed tang for greater safety and grip surety. The knife will feature the distinct markings of "YARBOROUGH," and a serial number engraved into the blade. Minimum technical specifications are as follows: BLADE: One piece blade construction, integral guard and full tan, 7" blade length, steel will be CPM S30V, blade grind, master bevel on 16" diameter wheel, proper heat treatment to include 320 degree Fahrenheit quench or cryogenic treatment that is properly sequenced in heat treat cycle. Tang of knife in handle zone will have exposed edge of tang radiused by CNC matching for precise profile, each knife identical. Finish on blade will be KalGuard baked finish (KG finish), black color. All blades will be individually serial numbered and marked according to the United States Army Special Operations Command (USASOC) specifications. Blade will be properly ground for sharpened top swedge and high tip strength, must pass breaking tests. HANDLE: Handle will be of "shrunken" type to exactly match profile of radius tang. Handle will be of canvas micarta and must be ergonomically designed for maximum control in all directions including radial grip. Handle will include palm swell, recurve and swell but 3-D shaping, will include tang hole. Handle will blend into integral guard for maximum user comfort, and must be able to be used when gripped with gloves, and not injure holding hand in hard use. SHEATH: Sheath must be jump qualified tactical grade nylon mounted by leg or web gear attachable. ADDITIONAL: Manufacturer will recondition blades and replace handles for a minimum fee. This includes restoring to original condition. Brand name only. Offers of substitute to those of the manufacturers and models shown in the CLIN s 0001 thru CLIN 4001 (above) will not be accepted; any non-conforming supplies will be returned to the contractor at the expense of the contractor. Due to the requirement that current graduates be issued an identical knife as past graduates with the engraving and serialization as the distinguishing and proprietary feature, another manufacturer could not provide the knife. Offerors shall certify or verify that they are authorized Chris Reeves Knives (CRK) Re-sellers of the Yarborough Knife as of the date of their offer. Point of delivery and acceptance is USAJFKSWC, C CO SPT BN Warehouse (W36N32), Bldg D-3915, Room C134, Bastogne Street, Fort Bragg, NC 28310. The Required Delivery Date (RDD) for the initial shipment (annual shipments can be in 4 orders) is not later than 25 March 2010. If offer is FOB Origin, shipping charges (to be paid on a cost-reimbursable basis) shall be delineated separate from CLIN pricing. If offer is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation charges. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) 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: (1) Technical Acceptability, (2) Price, and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offerors shall certify that they are authorized Chris Reeves Knives (CRK) Re-sellers of the Yarborough Knife as of the date of their offer which supports both the product sale and pricing. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.219-6, Notice of Total Small Business Set-aside. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Officer is Mr Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-8598; Fax: 910-432-9345; conway-phelps@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the same contact information identified in clause 5652-201-9002. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. Quotes shall be submitted to HQ, USASOC ATTN: AOCO (Mr Scott Phelps), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 p.m., Wednesday, 24 February 2010. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. Offerors must be actively registered in Central Contractor Registration (CCR) as a small business concern prior to award. DUNS/CCR website is: http://www.ccr.gov. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer listed below. It is the offeror's responsibility to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issues will be published on FedBizOpps, the same as this solicitation. The point of contact for this requirement is Mr. Scott Phelps (910) 432-6145, e-mail conway-phelps@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-10-T-0003/listing.html)
 
Place of Performance
Address: Point of delivery and acceptance is USAJFKSWC, C CO SPT BN Warehouse (W36N32), Bldg D-3915, Room C134, Bastogne Street, Fort Bragg, NC 28310., Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02074345-W 20100226/100224235706-810779902633a65ad59cbe92ca3562df (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.