Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

42 -- Diving Equipment

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
10850 Schneider Road, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
BENNING4THRTBDGH0001
 
Response Due
10/17/2019
 
Archive Date
4/14/2020
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is BENNING4THRTBDGH0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 423910 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-10-17 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Benning, GA 31905 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Conshelf XIV 1st & 2nd Stage Regulator -12L X 12W (IN) -CONSHELF XIV FIRST AND SECOND STAGE REGULATOR -CHROME PLATED -MARINE BRASS 1ST AND 2ND STAGE -ANU APPROVED *Must be Aqualung as per Navy Regulations, 12, EA; LI 002: Twin SCUBA Manifold w/ reserve -10.75L X 6.875W (IN), -1 pc Thermo PVD Reserve "J" Manifold -3000 PSI, -Yoke Assembly -8.46 inch (215mm) center-to-center orientation. -Reserve J valve ready. -Mil-Spec black Physical Vapor Deposition (PVD) finish. -On/Off seat assembly built from high strength brass with nylonseat -One-piece safety assembly protected within the body of the valve. -Traditional copper crush washer sealed bonnet. -Modular access plugs (R/L) included for use as single valves. -Screw-in dip tube. Fits aluminum 80 ™s cylinders *Must be Aqualung as per Navy Regulations, 12, EA; LI 003: J- Valve SCUBA Manifold w/ reserve -10.75L X 6.875W (IN), -3442 PSI max service pressure. -Black PVD finish. -Yoke assembly. -3/4"-14 male cylinder threads. -Reserve present. -Factory set for 3300 psi. -Fits aluminum 80s's. *Must be Aqualung as per Navy Regulations, 12, EA; LI 004: Dive Knifes -Blade 4in + -Sheath included with straps -Blue Tang Titanium -Blunt Tip -Black in color -Rugged construction, 12, EA; LI 005: Dive Masks -Tempered Glass -Low volume -Single window design -Black silicone skirt -Adjustable Head Strap, 12, EA; LI 006: Dive Fins -Blade Type: Proven vented design -Heel Type: Open Heel -Strap type: Adjustable Rubber heel strap -Color: Black -Material: Rubber Quantity by size: -3x Large -3x Extra Large -3x XX-LG, 9, PR; LI 007: Dive Boots -Material: Nylon-2 Neoprene Rubber -Thickness: 5mm -Seams: Double Glued & Blind-Stitched -Closure: PK #10-Zipper -Hard Rubber Sole: Ensures Grip On Rocky & Slippery Surfaces -Vulcanized Rubber Toe & Heel Caps Protect High Wear Areas -Fin Strap Lug: Keeps Fin Strap-In-Place -Color: Black Quantity by size: -5x Size 9 -5x Size 10 -5x Size 11 -5x Size 12, 20, PR; LI 008: Dive gloves -Thickness: 2-3mm -Lot of Flexibility for Maximum Finger Dexterity -Contoured Shape Provides Comfortable Fit -Textured Non-Slip Palm for Great Grip 2-3mm Nylon-2 Neoprene: Solid Protection from Cuts, Scrapes and Stings -High-Flex Neoprene: Easy to Don and Doff -Extended Cuff Provides Ample Overlap On Wetsuit Sleeve -Seams are Sewn for Strength and Durability -Color: Black -Available in Multiple Sizes Quantity by size: -4x Small -4x Medium -4x Large -4x Extra Large, 16, PR; LI 009: Retractable Scuba Lanyard -Mini retractor size H2.0"xW1.5"xD0.6" with an 18" coasted stainless steel force of 20 ounces. -Designed for the perfect extension and pull for a gauge console. -Attach to the diver with Delrin snap hook or threaded stud and attaches to the console with a stainless steel split ring or nylon lanyard with a built-in quick-release buckle., 12, EA; LI 010: Diver Flash lights -Material: Polycarbonate Plastic -Lamp: 1-Maxbright LED -Lumens: 350 -Effective Range: 623' (190 meters), On Land -Batteries: 4 AA Alkaline (included) -Burn Time: 14 Hours -Depth Rating: 330' (100 meters) IPX8 -Weight: 7 oz. (203 g) -Handheld, 12, EA; LI 011: Dive Watch -Super Illuminator -Case / bezel material: Resin -Resin Band -200-meter water resistance -Mineral Glass -Shock Resistant -LED Backlight Auto light switch, selectable illumination duration, afterglow. -Flash alert Flashes with buzzer that sounds for alarms, hourly time signal, countdown timer time up alarm -Multi time (4 different cities) -World time 31 time zones (48 cities + coordinated universal time), daylight saving on/off, Home city / World time city swapping -1/100-second stopwatch Measuring capacity: 23:59'59.99'' Measuring modes: Elapsed time, split time, 1st-2nd place times -Countdown timer Measuring unit: 1/10 second Input range: 1 second to 24 hours (1-second increments, 1-minute increments and 1-hour increments) -Alarms 5 independent alarms (one-time or daily) -Hourly time signal -Full auto-calendar (to year 2099) -12/24-hour format -Button operation tone on/off -Regular timekeeping: Hour, minute, second, pm, month, date, day -Accuracy: ±15 seconds per month -Approx. battery life: 7 years on CR2025 -Size of case/total weight: 55 X 51.2 X 17.4 mm/72 g -LED:White, 12, EA; LI 012: Depth Finder/Chartplotter -Fishfinder/Chartplotter/Depth Finder -9" IPS Multi-Touch HD Display -High Definition Fishfinding -Built-in Broadband Sounder -Built-in CHIRP Sonar -SmartSteer Control -C-MAP Genesis Live Onscreen Mapping -High-performance Dual-core Processor -Dual SD Memory Card Slot -Downscan Imaging -Smartphone Notifications -Dual-Channel CHIRP -Live Network Sonar -Quick Access Control Bar -NMEA 2000 ® Network Connectivity -Transducer Included With enhanced imaging, divers can locate lost equipment/personnel in order to conduct Salvage/Rescue Operations., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c694ec3a037a6606111532a69f386b2a)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905-4166
 
Record
SN05448024-W 20190919/190917231150-c694ec3a037a6606111532a69f386b2a (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.