SOLICITATION NOTICE
83 -- Low-Profile Parachute (LPP) System - LPP
- Notice Date
- 6/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8606-11-R-6361
- Point of Contact
- Kathy G. Bell, Phone: 937-904-8472
- E-Mail Address
-
kathy.bell@wpafb.af.mil
(kathy.bell@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Atch 4-Typical Tool List for Rigging Atch 3 - P-Spec Compliance Worksheet Atch 2- Sample Response Outline Atch 1 P-Spec 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is FA8606-11-R-6361 and is hereby issued as a Request for Proposal (RFP). ASC/WNUK, Wright-Patterson Air Force Base, Ohio intends to award Firm-Fixed-Price contracts for the following requirement: CLIN 0001: Qty 16 (per vendor) Complete Low- Profile Parachute (LPP) Systems, including all maintenance and service manuals, as described in attached Performance Specification, dated 20 Jan 2011. The LPP parachute system is a commercially available Non-developmental Item (NDI). CLIN 0002: On-Site Rigging Support: On-site rigger technical support (Edwards testing). The Government intends to award up to four different contracts for a total of 64 parachutes (16 per vendor) resulting from this solicitation to the responsible offerors whose offer, conforming to the solicitation, will be most advantageous to the Government as determined IAW FAR Part 52.212-2 as follows: (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 capability of offerors to meet the Key Performance Parameters • Price Technical capability is significantly more important than cost or price. (b) 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 offer, 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. The acquisition will be conducted as a full and open competition under North American Industry Classification System Code 314999. The size standard is 500. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 205-48. It is the offeror's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions may be accessed via the Internet. To view provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items (see above), FAR 52-212-4 Contract Terms and Conditions, and FAR 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Proposal shall be accompanied by a completed FAR 52.212-3, Representations and Certifications, DFARS 252.212-7000 and 252.212-7001 and DFARS 252.225-7012. The parachute system shall be Berry Amendment compliant IAW DFARS 225.7002. Responding contractors shall include proposals and descriptive literature with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis/solicitation. The evaluation criteria will be Lowest Price Technically Acceptable. Technical criteria will be pass or fail. Proposals must clearly show offered item meets all requirements noted in Performance Specifications. In accordance with DFARS 252.232-7003, invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF). To register go to https://wawf.eb.mil. A Firm-Fixed-Price purchase order will be issued in writing to the successful, responsible offerors. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration (CCR). To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The proposal shall include Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; proposal date; proposal number; total price; identify any discount; how long the proposal is valid (minimum of 30 days); lead time is 10 weeks after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Edwards AFB CA. Proposals shall contain a complete description of item offered and any additional information or literature to clearly demonstrate that the item meets all requirements listed in the Performance Specification in Attachment 1 with the initial criteria focused on Key Performance Parameters. Specifications identified with an asterisk (*) are considered Key Performance Parameters (KPPs). The proposal should follow the format in as delineated in Attachment 2. The LPP shall require no additional support equipment other than those listed in Attachment 4. Number of Contracts to be Awarded The Government intends to select up to four contractors; however, the Government reserves the right to award less than four or no contract at all, depending on the quality of the proposals/quotes, submitted prices and the availability of funds. Rejection of Unrealistic Offers The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. No telephone quotes will be accepted. All responses must be received no later than 4:00 PM, Eastern Standard Time on 20 July 2011. All proposals should be e-mailed to kathy.bell@wpafb.af.mil or mailed to ASC/WNUK, Human Systems Division, ATTN: Kathy Bell, ASC/WNUK, 1981 Monahan Way, Bldg, 12, Wright Patterson AFB, OH 45433. Only proposals received by this date will be considered. Any questions concerning this notice should be directed to Kathy Bell at (937) 904-8472.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8606-11-R-6361/listing.html)
- Place of Performance
- Address: Edwards AFB, California, United States
- Record
- SN02477526-W 20110622/110620235113-72b3b6e88668b09af3dd82f8e287ba34 (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 |