SOLICITATION NOTICE
83 -- Alaska Enterlayer Products
- Notice Date
- 4/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314912
— Canvas and Related Product Mills
- 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
- H92244-12-T-0082
- Archive Date
- 6/2/2012
- Point of Contact
- Josephine Ocampo, Phone: 757-893-2797
- E-Mail Address
-
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0082, and a firm fixed price 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 2005-57 effective 15 Mar'12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 314912 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Part # AK-ENL-SS-V2 Alaska Enerlayer Sub Line Item Number (SLIN) 0001AA Part # AK-ENL-SS-V2 Alaska Enerlayer Quantity - 20 ea SLIN 0001AB Part # AK-ENL-SS-V2 Alaska Enerlayer Quantity - 20 ea CLIN 0002 Part # AK-SS-SF Alaska Solar Fly SLIN 0002AA Part # AK-SS-SF Alaska Solar Fly Quantity - 20 ea SLIN 0002AB Part # AK-SS-SF Alaska Solar Fly Quantity - 20 ea CLIN 0003 Part # AK-SSS-CONT-2 Alaska Containers, Tan SLIN 0003AA Part # AK-SSS-CONT-2 Alaska Containers, Tan Quantity - 10 ea SLIN 0003AA Part # AK-SSS-CONT-2 Alaska Containers, Tan Quantity - 10 ea F O B Destination Section C Specifications Alaska Enerlayer The insulation system must be designed to fit into an existing or new fabric shelter that is a 20' wide x 32.5' long x 10' high Quonset shape shelter that has arches every 6.5' apart. The insulation system must include five insulated cover panels that attach to the shelter frame with straps and two liner panels that attach to the shelter end walls with the use of Velcro®. The insulation system must be able to be installed in the shelter without removal of the shelter top cover The five cover insulation panels must include (2) 30" x 42" flaps to match up with the windows on the shelter cover and (2) 6" x 6" flaps to match up with the stovepipe openings on the shelter cover. The five cover insulation panels must have an average minimum thickness of.875" and must include a reflective surface on both sides of the insulation system. The end panel liners must include a 3' wide x 7' high door opening in the center, a 30" x 42" flap on each side of the door, and a 24" x 24" flap in the left hand bottom corner to match up with the door, windows and Electronic Control Unit (ECU) ports respectively on the shelter end panels. The insulation system must provide a 35% reduction in heat required to maintain 70ºF interior temperature at -25ºF ambient temperature when used in a 20' x 32.5' shelter. The insulation system must provide a 22% reduction in A/C required to maintain 70ºF interior temperature at +125ºF ambient temperature when used in a 20' x 32.5' shelter. The insulation must provide a 33% reduction in A/C required when used with a solar fly on a 20' x 32.5' shelter. The insulation system must have been successfully tested by a certified independent laboratory to meet provide the reductions in heat and A/C required above. Test report must be included with any quotes or proposals. The insulation system must have been tested per MIL-STD-810 and MIL-HDBK-310. The insulation system must be able to be installed by 2 people within 30 minutes. The insulation system must be made from non-toxic and fire resistant material that is certified to meet National Fire Protection Agency (NFPA) 701 and American Standard Test Method (ASTM)-D6413-99. Test reports must be included with any quotes or proposals. The insulation system must be mold and mildew resistant and successfully tested to ASTM E2149-10 and American Association of Textile Chemists and Colorists (AATCC) 30, Test III. Test reports must be included with any quotes or proposals. The insulation system must be reusable and re-deployable. The insulation system must meet the Berry Amendment (DFAR 252.225-7012). The insulation system must come with a 5-year non-prorated warranty. Maximum weight of the complete insulation system in carry bags: 150 lbs Maximum dimensions: •o Each bag with insulated cover panel measures no more than 22" x 26" x 15". Quantity of 5 bags per system. •o Each bag with end panel liners measures no more than 10" x 34" x 10". Quantity of one bag per system. •o Two complete shelter insulation systems must fit into a wood crate with maximum outside dimensions of 74"x50"x40" Solar Fly The solar fly must fit over a 20' wide x 32.5' long x 10' high Quonset-shape shelter. The solar fly must have aluminum alloy anodized frame system. The solar fly frame must provide between 6" to 8" of space between the shelter cover and the solar fly netting. The netting must be designed to overlap the 20' x 32.5' shelter by 6" to 8" and attach to the shelter base system with a rope tensioning system. The solar fly must cover the entire shelter down to about 18" off the ground along the 32.5' sides of the shelter. The solar fly system must include the netting fabric (see specs below), 4 poles, 8 base pads, 16 base pad spikes, 8 guy spikes, 8 guy ropes and an instruction manual. The solar fly must be able to reduce ECU power consumption by 17% during peak solar load. The solar fly must have been successfully tested by a certified independent laboratory to meet provide the reduction in power required above. Test report must be included with any quotes or proposals. The solar fly must meet the Berry Amendment (DFAR 252.225-7012). The solar fly must come with a 5-year non-prorated warranty. The entire solar fly must not take more than two people and 15 minutes to install. Maximum total weight: 165 lbs Maximum cubic volume: 43" x 33" x 17" (14 cu. Ft) Solar netting minimum specifications: •· Mildew and Fungus resistant to ASTM G-21,4.5 •· Flame resistant to ASTM D 6413 •· Desert tan dull finish •· UV degradation tested through accelerated weather •· Opacity (visible light) 85% per ASTM D 5780/5781 Container Material: Rotationally molded container made from linear low density polyethylene with removable lid Maximum Exterior Width: 42" Maximum Exterior Length: 102" Maximum Exterior Height: 50" Maximum Height when stacked two high : 99" Minimum Weight (Empty): 285 lbs Maximum Weight (Empty): 320 lbs Container base must have minimum of 4 steel handles with rubber sleeve Container lid must have minimum of 4 steel handles with rubber sleeve Container base must include a minimum of 3 breather valves Container base must have two forklift pockets on the long side (102") with the following minimum dimensions: Container base must include a minimum of 1 drain plug Container must include 2 forklift pockets with a minimum width of 13" per forklift pocket Container must include at least 26 latches to secure the lid to the container Minimum Interior Width: 35" Minimum Interior Length: 96" Minimum Interior Height: 40" Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 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 Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Mar 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Deviation 2010-O0013) Jun 2010 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes - Alternate 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 Changes - Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default 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 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011 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 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 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 in descending order of importance •(i) Technical - Offeror shall provide detailed specifications that demonstrate that the items being proposed meet the specification identified in Section C. For Clin 0001 Offeror must also provide documentation that the items being offered have been tested as per MIL-STD-810 and MIL-HDBK-310. Furthermore, vendor must provide test results and certifications that the item proposed meets NFPA 701,ASTM-D6413-99, ASTM E2149-10 and AATCC 30, Test III. MIL-STD-810 and MIL-HDBK-310 - www.everyspecs.com NFPA 701 - www.nfpa.org ASTM-D6413-99 and ASTM E2149-10 - www.astm.org AATC 30, Test III - www.astcc.org •(ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. •(iii) Price -All line items will be reviewed for price reasonableness. (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 significantly 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 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. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb 2012 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 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 Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. 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 by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 18 May'12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0082/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
- SN02734825-W 20120502/120430235605-bee2f2a3d4f9001c41b69e6844510d8a (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 |