Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

78 -- Stand Up Paddle Boards

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA441717Q0149
 
Archive Date
10/7/2017
 
Point of Contact
Brenden Schumacher, Phone: 8508846978
 
E-Mail Address
brenden.schumacher@us.af.mil
(brenden.schumacher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
15 September 2017 MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: 1 SOCONS 350 TULLY ST, BLDG 90339 HURLBURT FIELD, FL 32566 SUBJECT: Request for Quotation, FA441717Q0149 - Paddleboards 1. The 1st Special Operations Contracting Squadron at Hurlburt Field, Florida intends to establish a Firm Fixed Price contract for Stand Up Paddle Boards as listed in paragraph 7. 2. General Information: Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: FA441717Q0149 Stand Up Paddle Boards Posted Date: 15 September 2017 Questions Due Date: 20 September 2017 Solicitation Response Date: 22 September 2017 Estimated Award Date: 29 September 2017 Set Aside: Total Small Business Set-Aside (see paragraph 6) NAICS Code: 339920 - Sporting and Athletic Goods Manufacturing Point of Contact: Amn Brenden Schumacher brenden.schumacher@us.af.mil Comm: 850-884-6978 "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13. 4. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA441717Q0149. 5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 Effective 19 Jan 2017, Defense Acquisition Circular DPN 20161222, and Air Force Acquisition Circular 2017-0127 effective 27 Jan 2017. 6. In accordance with FAR 19.502-2, a Total Small Business Set-Aside. North American Industry Classification System (NAICS) code for this solicitation is 339920 - Sporting and Athletic Goods Manufacturing with a small business size standard of 750 Employees. 7. The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired. This is a Brand Name Or Equal requirement. "Or Equal" items must meet or exceed the salient characteristics listed with the items: CLIN Description Quantity Unit 0001 Solstice Aluminum Stand-Up Paddle Salient Characteristics: Aluminum/Black, 7-10ft long 20 Each 0002 CBC 10'6" Classic Form Paddle Board Stand-Up Package. Salient Characteristics: Must contain Adjustable Paddle, SUP Leash, Fin(s) 20 Each 0003 Rave Sports Core Crossfit Stand-Up Paddleboard Salient Characteristics: 11' Length, Flat Top deck pad size of a traditional yoga mat, full displacement nose, weedfree fin, self-venting plug, Weight capacity of 220lbs 20 Each 0004 BicSport Original FP Paddle Salient Characteristics: Fiberglass Shaft or Polycarbonate Blade, Push Pin Adjustment, 90 inch blade, 67 - 83 inch adjustment range 20 Each 0005 Isle Versa Paddle Board Package Salient Characteristics: Length - 10'5", Width - 32", Epoxy design, Weight Capacity - 245 lbs, handle for easy carry, non-abrasive deck pad. Package includes: Isle Carbon Hybrid Adjustable SUP Paddle, Isle 7-10' SUP Leash - Coil, and Center Fin. 20 Each Place of Delivery: Hurlburt Field, Florida 32544 Specific delivery information will be provided at time of award Delivery: 30 days after date of contract FBO Destination 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) and the addendum, applies to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. 9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition. Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) 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. Award shall be based on all or none and best value to the government. Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this combined synopsis/solicitation. If providing an "equal" item, please list the brand name, part number, and full specifications that provides sufficient detail for the Government to determine whether or not the substituted products quoted can satisfy the government need. Only new equipment will be accepted. Re-manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. 10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform. 11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JAN 2017), applies to this acquisition; additional FAR clauses cited in the clause are: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.211-17, Delivery of Excess Quantities (Sept 1989) FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.225-18 Place of Manufacture (Mar 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.233-1, Disputes (May 2014) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.243-1 Changes -- Fixed Price (Aug 1987) FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for Supplies (Apr 1984) FAR 52.247-34, F.O.B. Destination (Nov 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), ( http://farsite.hill.af.mil/vfdfara.htm), (http://farsite.hill.af.mil/vfaffara.htm) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), ( http://farsite.hill.af.mil/vfdfara.htm), (http://farsite.hill.af.mil/vfaffara.htm) FAR 52.253-1 Computer Generated Forms (Jan 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.201-9101 Ombudsman (Jun 2016) (Mrs. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil) 13. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 14. Questions must be received no later than 1300 local time 20 September 2016. Offerors shall provide quotes no later than 1100 local time, 22 September 2016 to the 1st Special Operations Contracting Office at the address below or via email: Amn Brenden Schumacher 1 SOCONS Building 90339, Hurlburt Field FL 32544 Email: brenden.schumacher@us.af.mil 15. If there are any questions on this combined synopsis/solicitation, please contact the individuals below: Amn Brenden Schumacher Hurlburt Field FL 32544 Phone: 850-884-6978 Email: brenden.schumacher@us.af.mil TSgt Trenton P. Taylor Contracting Officer Phone 850-884-3264 Email trenton.taylor@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA441717Q0149/listing.html)
 
Place of Performance
Address: 350 Tully Street, Bldg 90339, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN04680764-W 20170917/170915232212-707df8edc41bbbdf39ae83e8c2a0700d (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.