Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

16 -- Parachute Kits

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-11-Q-B092
 
Archive Date
9/28/2011
 
Point of Contact
Cheryl T. Witt, Phone: 321-494-9942, Bradley E Richardson, Phone: 321-494-3668
 
E-Mail Address
cheryl.witt@patrick.af.mil, brad.richardson@patrick.af.mil
(cheryl.witt@patrick.af.mil, brad.richardson@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Parachute Kits This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-11-Q-B092 shall be used to reference any written proposal provided under this request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is an unrestricted acquisition or 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 314999 with a size standard of 500. Brand Name or Equal. Purchase of Parachute Kit consisting of the below listed items: Item Description Qty Unit Unit Price Total Amount 0001 Javelin Odyssey harness container 10 each Item AJAVODY 0002 Spacer foam backpad, incl inside of legpads 10 each Item OIOT-SPACE 0003 phat daddy reserve ripcord option 10 each Item POPT-PHATDADDY 0004 ring harness option 10 each Item POPT_RHAR 0005 easy grip swoop style front riser dive loop 10 each Item PRIS-EGDIVELOC 0006 skyhook option 10 each Item POPT-SKYHOOK 0007 clear #3 flap option 10 each Item POPT-Clear3 0008 AAD installed on pin flap, 10 each this mandates left side AAD setup Item POPT-AADONPF 0009 custom embroidery on ring covers 20 each or handles Item POPT-MON3 0010 standard gearbag 10 each Item PBAF-GEAR 0011 custom monogram on gear bag 10 each Item POPT-MON1 0012 spectre main canopy 150-230 10 each Item AM001-SP150 TO 0013 PD176to 235 reserve 10 each Item AR001-PR-176-235 0014 Cypress 2 AAD assembly - 1 pin. 10 each Item PAAD-CYPRES2 Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination Ship to address: Transportation Officer - FB2520 Bldg 822 Between 7:30 am - 3:30 pm Patrick AFB, FL 32925-5270 FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFP due date: 13 Sep 11 RFP due time: 8:00 am Fax RFP to 321-494-2706 or mail to: 45th Contracting Squadron Attn: RFP Number 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable All questions regarding this solicitation must be fax to 321-494-2707 by 1:00 pm 6 Sep 11. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) and Alternate I (Aug 2007), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.233-4 -- Applicable Law for Breach of Contract Claim 52.211-6 - Brand Name or Equal DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-11-Q-B092/listing.html)
 
Record
SN02567774-W 20110910/110909000722-385a95c1b4a6277de4aae57691e6b2db (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.