Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

J -- REPAIR/SERVICE SIX-MAN OXYGEN CONSOLES & TWIN 50/53 OXYGEN BAILOUTS BOTTLES

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment 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-0011
 
Point of Contact
Valaida J Bradford, Phone: (910)396-0560
 
E-Mail Address
bradforv@soc.mil
(bradforv@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Special Operations Command, 3rd Special Forces Group (A) has a requirement for the overhaul, refurbishment and maintenance of six-man consoles and twin 50/53 portable bailout systems. This is a combined synopsis solicitation for commercial items 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. All persons responding must reference solicitation number H92239-10-T-0011 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 1 February 2010. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This requirement is unrestricted. The North American Industry Classification System Code (NAICS) is 336419 and the size standard is 1000 employees. I.REQUIREMENT: STATEMENT OF WORK The Contractor shall provide oxygen systems hydrostat and overhaul/refurbishment repair of all equipment received at their facility, as listed in this Statement of Work, and return to the 3rd SFG(A) within 30 days. The repair of all equipment shall be processed as outlined below: Shipping instructions: 3rd SFG (A) will be responsible for shipping of equipment to selected vendor's repair facility. The equipment will arrive in two separate shipments as stated: 1st shipment will consist of: 15 each six-man consoles and 14 each Twin 53s. 2nd shipment will consist of: 15 each six-man consoles and 22 each Twin 50s. Six-Man Console / Twin Bailouts Overhaul Tasks: All reassembly to be performed in oxygen rated cleaning room, preferable 100,000 class room. Disassembly - Disassemble complete console. - Verify cylinder threads are not galled, stripped or damaged. - Discard all parts to be replaced by P/N B49742-1 O/H Kit. - Send cylinders to hydrostatic testing and remaining parts to the clean room. Hydrostatic Test - Perform visual inspection internally and externally for corrosion, gouges and other damage. - Remove corrosion if necessary. - Perform hydrostatic test. Clean All Components - Blow-off excess sand and dirt from outer case using clean shop air. • If dirt is excessive, hose off with water. - Clean all components from reassembly for oxygen service. - Alcohol wipe gages and vacuum bake for one hour. - Use brass bristle brush to clean exterior surface of cylinder. • Use light source to visually inspect interior surface of cylinder. • Rinse cylinder interior with isopropyl alcohol. Collect rinse solution and inspect for contaminants. If particles remain, repeat until rinse is clear and clean. • Purge dry with oil-free clean shop air. • Vacuum bake • Verify isopropyl alcohol using removal calibrated sensor. • Cap cylinder opening. Reassemble and Test - Reassemble all components. - Pressurize console or Twin system to full bottle pressure and leak test all fittings. - Function test complete unit. - Laser engrave - part number, revision letter, serial number, date of overhaul, cylinder pressure, outlet pressure and NSN onto ID plate. Inspection - Documentation • Verify all operations are complete. • Review all test data for completeness and accuracy. - Visual • Correct configuration. • Identification • Appearance and workmanship II. SCHEDULE UNIT PRICE TOTAL PRICE CLIN 0001 30 each six-man consoles hydrostat tested, overhauled/refurbished ____________ ______________ CLIN 0002 14 each twin 53 portable bailout systems hydrostat tested, overhauled/refurbished _____________ ______________ CLIN 0003 22 each twin 50 portable bailout systems hydrostat tested and overhauled/refurbished _____________ ______________ PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. 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), EVALUATION AND AWARD: The government will make an award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the lowest price technically acceptable to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical acceptability (2) Price and (3) Delivery. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. 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 will be evaluated for Price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified within the timeframe as stated within this requirement. As shipped, all deliveries shall be returned to 3rd SFG(A) in one shipment per shipment. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. 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 DEVIATION 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 Mrs Valaida Bradford, 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; bradforv@soc.mil SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full delivery address will be provided upon award. It is requested that all items are delivered per shipment once maintenance is completed. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ms. Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. EST, 17 March 2010. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the contractor's responsibility to ensure that the Contracting Officer receives e-mail submissions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered items to include unit and total price, (2) completed Representations and Certifications, and, (3) acknowledgment of any amendments that may be issued. Questions regarding this acquisition shall be submitted in writing and e-mailed to the Contracting Officer's address provided not later than 8 March 2010. 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 issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-10-T-0011/listing.html)
 
Place of Performance
Address: Bldg E-2176, Monte de Ladefensa Drive, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02082560-W 20100305/100303235536-87da715bbf041e8afbafbc25a07ebfe4 (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.