Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOLICITATION NOTICE

99 -- Dissimilar Parachutes and related items

Notice Date
4/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
142 FW/LGC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV07T4006
 
Response Due
5/14/2007
 
Archive Date
7/13/2007
 
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 Part 5 and evaluation data in FAR Part 12.6, as supplemented with additional information and clauses included in this notice. This announceme nt constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W912JV-07-T-4006 is issued as request for quote (RFQ). This solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16. This acquisition will be a Small Business Set-Aside, NAICS 314999, Size standard: 500, SIC Code: 2399, FSC 9999. Name of project: Dissimilar Parachutes and related items. CLIN 0001, Vector 3 Micron/M-Series Parachutist Harness and Container with Leather Hackey and Skyhook RSL Options, 6 EA; CLIN 0002, Reserve Canopy (MFR #PD 193R), 2 EA; CLIN 0003, Reserve Canopy ( MFR # PD 218R), 2 EA; CLIN 0004, Reserve Canopy, (MFR# PD 235R), 2 EA; CLIN 0005, Spectre 210 Main Canopy, 2 EA; CLIN 0006, StarTrac 245 Main Canopy, 2 EA; CLIN 0007, StarTrac 265 Main Canopy, 2 EA; CLIN 0008, Airtec Cypress Expert Automatic Activation Dev ice (AAD), 6 EA; CLIN 0009, Gear Bag for Parachutes (Standard), 6 EA; CLIN 0010, SkySystems Oxygen Helmets, 4 EA; ProTrack Audible Altimeter, 4 EA; CLIN 0011, Tube Stows, 12 PG; CLIN 0012, Hand Deploy Pilot Chute (Non-Collapsible), 1 EA; CLIN 0013, Leathe r Hackey Handle, 1 EA. Information unique to this procurement: Items listed above must be on the Approved USAF PPP Equipment Listing, found in AFI 11-410, 20 May 2004, Attachment 7, Para A7.1  A7.3 Delivery will be FOB Destination (if at all possible) to Portland IAP, Oregon 97218-2797. Delivery Time will be within 18 weeks ARO. The following Provisions apply to this acquisition; far 52.212-1 Instructions to offerors-commercial items (Jan 04) and fa r 52,212-2 evaluation  commercial items (Jan 99). All offerors must include a completed copy of the provision at 52.212-3 offeror representations and certifications-commercial items (May 04). The clauses at 52.212-4 contract terms and conditions-commerc ial items (Oct 03), and 52.212-5 contract terms and conditions required to implement statutes or executive orders-commercial items (May 04), and 52.232-33 payment by electronic funds transfer  central contractor registration (OCT 03) apply. The contractor agrees to comply with the following FAR Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: This clause applies to this acquisition as well as th e following clauses; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans o f the Vietnam Era, 52.225-18, European Union Sanction for End Products, 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels, 52.219-6, Notice of Total Small Business Set-Aside, 252.212-7001, Contract terms and Conditions Required to Imp lement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 04), 252.225-7036, Buy American Act  North America Free Trade Agreement Implementation Act  Balance of Payments program, Alternate I (Jan 04), NOTES PARTICUL AR TO THIS ACQUISITION: Brand names and/or part number information is given as a cross-reference for the benefit of potential offerors and assists the Government in succinctly expressing its needs; it does not necessarily convey the Governments intent to purchase brand name or sole source. However, offerors are welcome to quote OR EQUAL products/services; when doing so, you MUST include all specifications with the offer(s) in order that your offer(s) may receive fair consideration Offer evaluation will be based on the best value to the government (i.e. p rice, warranty (ies), and past performance). Warranty at a minimum shall be the industry standard commercial warranty offered. All quotes to include any and all representations and certifications should be emailed to MSC.142FW@ORPORT.ANG.AF.MIL or faxed to (503) 335-4487 NLT COB 12 May 2007. POC for this acquisition is J. D. Cooley (503) 335-4488.*****
 
Place of Performance
Address: 142 FW/LGC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
Country: US
 
Record
SN01273052-W 20070415/070413221113 (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.