Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

10 -- 101st PDT Student Parachute Equipment

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124811T0059
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
MICC - Fort Campbell
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotation (RFQ) W91248-11-T-0059. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The North American Industry Classification System Code [NAICS] is 314999 and the size standard is 500 employees. All responsible sources may submit a quote, which will be considered by the agency. This requirement is set aside 100% for Small-Business. Multiple awards are considered. DESCRIPTION OF REQUIREMENT: The United States Army Fort Campbell 101st Parachute Demonstration Team (PDT) has a Brand Name or Equal requirement for assorted sizes and models of student parachute equipment. The requested Brand Name, models, equipment options and functionality have been tested and approved by the 101st PDT Safety and Training Advisor for safety and maneuverability for use by students and their instructors in accordance with the instructors' training plans. Equal items offered must meet the same minimum requirements as would be provided by the Brand Name item and are provided in the offer schedule attached to this notice. Only the approved parachute equipment or its equivalent will be used by the 101st PDT. Substitutions outside the specifications provided are prohibited based on compatibility with the intended combination of current parachute harness and container systems, size and physical dimensions when packed (pack volume). All items must be new with standard manufacturer's warranty. Offers for used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. Offerors must be manufacturer(s) of the products or authorized reseller(s) for the manufacturer(s). Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination to Fort Campbell, KY 42223. Offerors submitting quotes for "Equal" items are required to submit samples for testing as well as descriptive literature. Samples must be received not later than the closing date for offers. APPLICABLE PROVISIONS AND CLAUSES: FAR Provision 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition and is tailored as follows: Paragraphs (b) 5, (e), and (i) are deleted. This provision is also addended to incorporate the following provisions: 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-2 Evaluation-Commercial Items (evaluation factors are Technical (Brand Name or Equal) and Price; award will be made to the lowest priced technically acceptable offer(s); 52.214-21 Descriptive Literature; 52.214-22 Evaluation of Bids for Multiple Awards; and 52.214-20 Bid Samples. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed Offer Schedule; completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications-Commercial Items or a statement that Representations and Certifications are available at the ORCA website. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to incorporate the following clauses: 52.252-2 Clauses Incorporated by Reference (Fill-in information - www.gsa.gov); 52.233-4 Applicable Law for Breach of Contract Claims; 52.247-34 F.O.B. Destination; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7003 Control of Government Personnel Work Products; 252.204-7004 Required Central Contractor Registration; 252.204-7008 Export-Controlled Items; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52 219-6 Notice of Total Small Business Set-Aside; 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; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Buy American Act-Trade Agreements-Balance of Payments Program Alternate I; 252.232-7003 Electronic Submission of Payment Requests; and 252-247-7023 Alternate III Notification of Transportation of Supplies by Sea. Offers are due not later than 2:00 P.M. CT 12 September 2011. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 2:00 P.M. CT 12 September 2011 will be rejected and not considered for award. Submit offers (and samples) to Mission & Installation Contracting Command - Installation Contracting Office (MICC-ICO), ATTN: Barbara Jewett, 2172 13 Street, Fort Campbell, KY 42223-5355. Point of Contact is Ms. Jewett, 270-798-7562, barbara.jewett@us.army.mil or Ms. Fletcher-Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3768eea0e192663acebf7dc014dce73)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02561076-W 20110904/110902234957-d3768eea0e192663acebf7dc014dce73 (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.