SOLICITATION NOTICE
59 -- Short and Long Carbon Fiber Telescope Pole System
- Notice Date
- 7/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-10-T-0221
- Archive Date
- 9/4/2010
- Point of Contact
- Christine G. Anderson, Phone: 757-893-2715
- E-Mail Address
-
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation number is H92244-10-T-0221. The Naval Special Warfare Development Group (NSWDG) has a requiremene to procure a short and long carbon fiber telescoping pole system. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 effective 16 July 2010. This procurement is unrestricted and the associated NAICS code is 333314 with a standard business size of 750 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 Long Carbon Fiber Telescoping Pole System, Quantity 20 each CLIN 0002 Short Carbon Fiber Telescoping Pole System, Quantity 6 each Section C Specifications CLIN 0001 Long Carbon Fiber Telescoping Pole System. Tri-Manual (short), light weight four segment telescoping pole with push button releases made out of wrapped carbon fiber and shaped like a convex triangle, top adapted for comm tip interface (CTI) and rubberized base. Standard length (approx. 48") pole, each pole to include CTI. Collapsed length approximately 48"; extended length approximately 17.5 feet CLIN 0002 Tri-manual (long) light weight. Four segment, telescoping pole with push button releases made out of wrapped carbon fiber and shaped like a convex triangle. Top adapted for common tip interface (CTI) and rubberized base. Standard length (approximately 86") each pole to include CTI; collapsed length approximately 86"; extended length approximately 30 foot Section D Delivery The Delivery Schedule is an evaluation factor for award. Section E Inspection and Acceptance Inspection and Acceptance for CLINS 0001 and 0002 shall be made at Destination by the Government Section I Clauses The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2010 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Feb 2006 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2010 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) •(a) 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. The following factors shall be used to evaluate offers: technical price and delivery schedule. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are siginificantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the order, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec 2004 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil. Questions will be accepted until 27 July 2010. Questions and responses will be posted on FedBizOpps on or about 29 July 2010. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 3 August 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Christine Anderson by email at christine.anderson@vb.socom.mil, phone (757) 893-2715, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 20 August 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0221/listing.html)
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
- Zip Code: 23461-2299
- Zip Code: 23461-2299
- Record
- SN02224338-W 20100801/100730235458-f84528d880bbbc15f289fa97cc3859e6 (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 |