Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

99 -- Repalcement Main Parachutes

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-10-T-0075
 
Archive Date
9/17/2010
 
Point of Contact
Michelle E. Desmarais, Phone: 7193332965, Diana South, Phone: 719-333-8650
 
E-Mail Address
michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined/ Synopsis Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-10-T-0075 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, dated 2 August 10. The North American Industrial Classification System (NAICS) number is 314999 and the business size standard is 500 employees. The proposed acquisition business size is 100% small business set aside. All responsible small businesses may submit a response, which if received timely, will be considered by 10 CONS/ LGCB, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. This acquisition is for brand name only. BRAND NAME ONLY: The United States Air Force Academy, 98 th Flying Training Squadron requires the Replacement and sustainment purchase of Performance Designs Inc. Parachutes and canopies. This squadron currently has over 800 units manufactured by Performance Designs Inc. in inventory. Our requirements are to replace units that are no longer serviceable. Performance Designs, Inc. has been the primary canopy supplier for the 70 th and the 98 th Flying Training Squadron since 1994. Performance Designs, Inc. is the premiere company for parachute design. They have the only product line in the industry that does not have aftermarket service bulletins issued by the manufactruer or emergency Airworthiness Directives issued by the Federal Aviation Administration (FAA). Either one of these events would require a program shutdown until the situation had been resolved. This product line does not have a history of failures in the extreme environments or extreme use. Given the location and field elevation of Falcon Drop Zone, our operations occur at one of the highest, if not the highest, operational drop zone in the world. This constitutes extreme conditions for parachuting. According to T.O. 14D1-2-1, our parachute openings can be as much as 14 Gs as opposed to 5 Gs at sea level. The higher the density altitude, the greater ture airspeed for the jumper and the greater force placed on the jumper at opening. Performance Designs, Inc. Reserve parachutes meets the highest parachute system certification standard, FAA TSO (Technical Standard Order) c23d. Performance Designs, Inc. Reserve parachutes are the only reserve parachutes certified by the FAA for a max weight of 254lbs. and a deployment speed of 170mph. The additional strength built into these reserve canopies makes them the best parachute for handling the forces associated with the Academy's extreme drop zone environment. Any other manufacturer would cause incompatibility issues. Performance Designs, Inc. canopies are compatible with existing 70 th and 98 th FTS harness and container systems and are the supplied sustainment canopies purchased in the past. REQUIREMENT: Line item 0001: PD-300, 9 Cell Main Parachute - Dacron Lines, #5 Stainless Link Quantity: 60 each (15 Gold, 15 Red, 15 Silver, 15 Navy) UNIT Price EXTENDED PRICE $ Line item 0002: PD-253, 7 Cell Main Parachutes - Pattern- Kelly Green and Silver - Dacron Lines, #5 Stainless Link Quantity: 25 each UNIT PRICE $ EXTENDED PRICE $ Line item 0003: ***PD-235, 7 Cell Main Parachutes - Royal Blue and Silver - Dacron Lines Quantity: 10 each, #5 Stainless Link UNIT PRICE $ EXTENDED PRICE $ Line item 0004: ***PD-253, 7 Cell Main Parachute - Royal Blue and Silver Stripes - Dacron Lines, #5 Stainless Link Quantity: 10 each UNIT PRICE $ EXTENDED PRICE $ Line item 0005: ***PD-218, 7 Cell Main Parachutes - Dacron Lines, #5 Stainless Link Quantity: 10 each (5 with logo, 5 without logo) UNIT PRICE $ EXTENDED PRICE $ Line item 0006: ***SP-210, 7 Cell Main Parachute - Royal Blue and Silver Stripes - Dacron Lines, #5 Stainless Link Quantity: 2 each UNIT PRICE $ EXTENDED PRICE $ Line item 0007: ***SP-190, 7 Cell Main Parachute - Royal Blue and Silver Stripes - Dacron Lines, #5 Stainless Link Quantity: 4 each UNIT PRICE $ EXTENDED PRICE $ Line item 0008: SP-170, 7 Cell Main Parachute - Royal Blue and Silver Stripes - Dacron Lines, #5 Stainless Link Quantity: 4 each UNIT PRICE $ EXTENDED PRICE $ Line item 0009: USAFA Logo Quantity: 35 each UNIT PRICE $ EXTENDED PRICE $ Line item 0010: PR-253, Reserve Parachute - Light Blue - Dacron Lines, #5 Stainless Link Quantity: 60 each UNIT PRICE $ EXTENDED PRICE $ Line item 0011: PR-235, Reserve Parachute - Light Blue - Dacron Lines, #5 Stainless Link Quantity: 10 each UNIT PRICE$ EXTENDED PRICE $ Line item 0012: PR-218, Reserve Parachute - Light Blue - Dacron Lines, #5 Stainless Link Quantity: 30 each UNIT PRICE$ EXTENDED PRICE $ Line item 0013: Microline set for Spectre 170, Slinks Quantity: 1 each UNIT PRICE EXTENDED PRICE $ Line item 0014: ***Spectre 150 Main Parachute - Custom Color Pattern - Microlines, Slinks Quantity: 1 each UNIT PRICE EXTENDED PRICE $ Line item 0015: ***Spectre 190 Main Parachute - Custom Color Pattern - Microlines, Slinks Quantity: 1 each UNIT PRICE $ EXTENDED PRICE $ Line item 0016: ***Spectre 210 Main Parachute - Custom Color Pattern - Microlines, Slinks Quantity: 1 each UNIT PRICE $ EXTENDED PRICE $ Line item 0017: PD Canopy Applique - "USAFA" Quantity: 3 each UNIT PRICE $ EXTENDED PRICE $ EXTENDED PRICE ALL LINE ITEMS $ Parachutes with the ***also require a custom logo (See attachment 1 for logo) Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. These products must comply with the Buy American Act at DFARS 252.225-7001. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Only authorized dealers should provide a quote for this brand name acquisition. Offerors shall provide proof they are an authorized Performance Design dealer with their quote. If offerors do not provide proof their quote will not be considered for award. Quotes must be received no later than 1:00 pm Mountain Time, 2 September 2010 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes via e-mail to Michelle Desmarais at michelle.desmarais@usafa.af.mil. Questions and responses should be addressed to the Primary POC Michelle Desmarais, Contract Specialist, USAF Academy (719) 333-2965 michelle.desmarais@usafa.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, ( 719) 333-8650 or email to Diana.Myles-South@usafa.af.mil. a. Prices quoted must be Firm-Fixed Price, to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. b. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I), must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: ( http://orca.bpn.gov/publicsearch.aspx ). If not completed on-line, 52.212-3, Alt I shall be completed in hard copy and submitted with quote. c. The provision at DFARS 252.212-7000 -- Offeror Representations and Certifications--Commercial Items (Jun 2005). The certificate can also be obtained at http://farsite.hill.af.mil/ ) and shall be completed in hard copy and submitted with quote or indicate in your quote it has been completed in ORCA at http://orca.bpn.gov/publicsearch.aspx. d. The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (attachment 1), must be completed, signed and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/ ). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.ccr.gov ) f. Complete the Certificate of Compliance to the Berry Amendment (Attachment 2). THIS REQUIRES OFFEROR TO FILL-IN WHERE ALL THE COMPONENTS ARE COMING FROM AND WHERE THE ITEMS WILL BE MANUFACTURED. THIS IS CRITICAL TO BE FILLED-OUT ACCRUATELY AND COMPLETELY WITH THE CORRECT INFORMATION. Offerors shall be in compliance with the Berry Amendment at DFARS 252.225-7012. Noncompliance will disqualify the proposal from further considered of award. The Government reserves the right to ask for proof of origin on components. The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 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: This is a Brand Name Acquisition, only offerors providing Performance Design Product, model numbers and proof the offeror is an authorized Performance Design dealer will be considered and evaluated by the lowest price. If the offeror does not provide proof they are an authorized Performance Design dealer they will not be considered for award. Paragraphs b and c are not applicable as shown below: (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. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition and the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 5352.201-9101 Ombudsman (June 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-9018 FAX 719-333-9018 email: Kim.Diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007): (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (JUL 2010) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government ALT I, (SEP 2006) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8, Utilization of Small Business Concern (May 2004) (Deviation) 52.219-28, Post-Award Small Business Program Representation (APR 2009) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (AUG 2009) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-50, Combat Trafficking in Persons (FEB 2009) 52.222-99, Notification of Employee Rights Under The National Labor Relations Act) (JUN 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION0 (APR 2010) APPLIES TO THIS ACQUISITION. Additional FAR and FARS clauses cited in the clause applicable to this acquisition are: 52.203-3, Gratuities (APR 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) 252.232-7003, Electronic Submission of Payments Request (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-10-T-0075/listing.html)
 
Place of Performance
Address: 8110 Indusrtial Drive, DR, Suite 103, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02252036-W 20100826/100824234751-0916840148e3f3b988e4656c8299804d (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.