SOLICITATION NOTICE
42 -- Parachute System
- Notice Date
- 8/2/2006
- Notice Type
- Solicitation Notice
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- Reference-Number-FA487706Q0438_GAVA
- Response Due
- 8/9/2006
- Archive Date
- 8/24/2006
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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. (ii) Solicitation FA4877-06-Q-0438 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-10, effective 28 Jul 2006. (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 314999 and the small business size standard 500 Employees. (v) Davis-Monthan Air Force Base is seeking potential sources for a SOV3 HH SOLO PARACHUTE SYSTEM. The following are Complete Parachute Solutions part numbers however this is an OR EQUAL combined synopsis/solicitation. CPS-SOV3-HH-398 6 RING SYSTEM, FREEFALL CONFIG ONLY, 30 ea OR EQUAL. CPS-TR-375 - RESERVE CANOPY, COLOR SILVER, 30 ea OR EQUAL. CPS-MS-360 M1C - M1C MAIN CANOPY, COLOR SILVER, 30 ea OR EQUAL. CPS-MAZ 02 PH - OXYGEN POUCH ZIP/DETATCHABLE, 30 ea OR EQUAL. CPS-AAD2C1M1535A - CYPRESS-2 1 PIN MILITARY 1500 FT-35M/S ABS, 30 ea OR EQUAL. CPS-GBT-002 - TANDEM GEAR BAG-2 FRONT POCKETS-3 HANDLES, 30 ea OR EQUAL. CPS-RIGGING-FULL - ASSEMBLE & PACK MAIN & RESERVE, 30 ea OR EQUAL. CPS-RSBAG*** - RESERVE BAG AND BRIDLE HH398, 5 ea OR EQUAL. CPS-PCR - PILOTCHUTE SPRING LOADED USED FOR RESERVES AND SOM MAIN APPLICATIONS, 10 ea OR EQUAL. CPS-MNBAG - MAIN DEPLOYMENT BAG HH398, 2 ea OR EQUAL. CPS-CUTAWAY-1 - MILITARY CUTAWAY HANDLE RED HH398, 5 ea OR EQUAL. CPS-RIPCORD-D-R** - RESERVE RIPCORD D-HANDLE WITH RSL WITH RSL EYELET 25.5 INCHES, 5 ea OR EQUAL. CPS-RIPCORD-BD-PB-** - SOV MAIN RIPCORD PIN/BALL 38.5, 20 ea OR EQUAL.(vi) The provision at 52.212-1, Instructions to Offerors ? Commercial and 52.212-2, Evaluation -- Commercial Items applies. (vii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibile Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.(viii) 52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy. 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications.(ix) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 52.203-3, Gratuities; 252-225-7001, Buy American Act and Balance of Payment Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil. (x) 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.(xi) 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (xii) The successful contractor will be selected using Lowest Price Technically Acceptable (LPTA) procedures, resulting in the Best Value to the Government. (xiii) Electronic quotes will be accepted at Nicholas.Gava@dm.af.mil. Fax quotations will be accepted at 520-228-5284. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (xiv) Offers are due no later than 09 August 2006 at 12:00 pm PST.
- Place of Performance
- Address: 3271 S. First St, Tucson, AZ
- Zip Code: 85707
- Country: UNITED STATES
- Zip Code: 85707
- Record
- SN01104186-W 20060804/060802220730 (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 |