Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

83 -- Javelin Parachute Containers - Amendment 1

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUCC3128A001
 
Archive Date
6/22/2013
 
Point of Contact
Bryan T. Russell, Phone: 8138284708, Mary Barrera, Phone: 8138283952
 
E-Mail Address
bryan.russell.2@us.af.mil, mary.barrera@us.af.mil
(bryan.russell.2@us.af.mil, mary.barrera@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated SOCOM artwork. This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUCC3128A001. This acquisition is a small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT (BRAND NAME): CLIN 0001 - Sunpath "Javelin Odyssey" Parachute Containers. Containers must be Black Cordura 1000. Special instructions include: 2 each size 18 harness; 3 each size 17 harness, other than that all same: Clear # 3 Flap Option; AAD Installed on Pin Flap; Pinstripe package; Gold Phat Daddy Reserve and cutaway handles; competition grips; type 4 chem light retainer on reserve pin cover flap; custom cordura throw out BOC pocket with gold hackey sack main pilot chute; bridle black with non-kill line; custom flag ring mod; Velcro on #3 flap; ring harness option; custom SOCOM logo on #5s; LRC-PARA-COMMANDOS/GOLD BLOCK; RRC-SOCOM LOGO/GOLD BLOCK; black articulated harness on both hips and chest; chest strap type 8; chest length standard; step-in leg hardware; type 8 22" black risers with mini 3 rings; standard dive loops; Velcroless gold toggles; flag ring on risers. Other than sizing, containers should be identical to Javelin Odyssey Serial Number 38741, manufactured Oct 2012. - QTY: 5 each CLIN 0002 - Performance Designs 235 Seven Cell Demonstration Canopies. All black with custom artwork. Artwork is included (attachment SOCOM PD 235). Canopies should be identical to PD 235 Serial Number 022196, except that the large Performance Designs Panel must be removed. - QTY: 8 each The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 1 Apr 2013, DFAR DPN 20130522 effective 22 Apr 2013, and AFFARS AFAC 2013-0327 effective 27 Mar 2013. The North American Industry Classification System code (NAICS) is 31499, All Other Miscellaneous Textile Product Mills and the Standard Industrial Classification (SIC) is 2299, Textile Goods, Not Elsewhere Classified. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of USSOCOM/SOCS-CPT, 7701 Tampa Point Blvd (BLDG 501A/RM2127), MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (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 or 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 Center/MAJCOM ombudsman Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB, IL 62225, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreement, 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/ACQ, 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) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 7 June 2013, by 11:00 A.M. EST. Submit offers or questions to the attention of A1C Mary Barrera, 6 CONS/ LGCB, by email to mary.barrera@us.af.mil, or SSgt Bryan Russell at bryan.russell.2@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUCC3128A001/listing.html)
 
Place of Performance
Address: 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03081239-W 20130607/130606002420-0bc51e54de4f73cf6f60128d4c92e08b (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.