SOLICITATION NOTICE
84 -- DIVING GEAR
- Notice Date
- 5/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 451110
— Sporting Goods Stores
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- F3MT248129A002
- Response Due
- 6/23/2008 10:00:00 AM
- Archive Date
- 7/8/2008
- Point of Contact
- Diane N Williams,, Phone: 910-243-2176
- E-Mail Address
-
williamsdi@jdi.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 being requested and a written solicitation will not be issued. The Purchase Request Number F3MT248129A002 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-25. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 451110, Size Standard $6.5 million dollars or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. Offerors not providing technical information on equal items will be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 SPUDS System without Holster and Belt; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 108413; Quantity: 15 each. CLIN 0002 SPUDS Pocket, Mfr: Mission Specific Military & Aviation Products; Mfr Part# 108387; Color: Black; Quantity: 30 each. CLIN 0003 Kit, SEA Repair, 1st Stage Service, Mfr: Mission Specific Military & Aviation Products; Mfr Part# 108343; Quantity: 30 each. CLIN 0004 Kit, SEA Repair, 2nd Stage Service; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 108344; Quantity: 30 each. CLIN 0005 Gauge, SEA DIAL Pressure; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 102810; Quantity: 20 each. CLIN 0006 Swivel, 360 Degree; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 102081; Quantity: 15 each. CLIN 0007 Lubrication, Christo-Lube 2 oz tube; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 820466; Quantity: 2 each. CLIN 0008 Compass, SK7 Wrist Unit; Mfr: SUUNTO; Mfr Part# 41108; Quantity: 30 each. CLIN 0009 Goggles, Favola Diving; Mfr: Aqua Lung; Mfr Part# 505525; Color: Black/Black; Quantity: 60 each. CLIN 0010 Clear Skirt/Tinted Lens for Diving Mask; Mfr: Aqua Sphere; Mfr Part# 220475; Color: Silver/Black; Quantity: 60 each CLIN 0011 Mask, SEAL Military Swim; Mfr: Aqua Sphere; Mfr Part# 220790; Color: Black Frame, Black Skirt; Quantity: 60 each CLIN 0012 Snorkle, Military; Mfr: Aqua-Lung; Mfr Part# 736920; Color: Black Neoprene; Quantity: 60 each CLIN 0013 Buckle, Metal Rocket II, Large; Mfr: Aqua-Lung; Mfr Part# 621130; Quantity: 50 each CLIN 0014 Buckle, Metal Rocket II, Super; Mfr: Aqua-Lung; Mfr Part# 621135; Quantity: 50 each CLIN 0015 Shedder SAR; Mfr: U.S. DIVERS; Mfr Part# 621255; Color: Black; Size: Large, Quantity: 50 each CLIN 0016 Bag, Mariner Mesh; Mfr: Aqua-Lung; Mfr Part# 744950; Color: Black; Size: Medium, Quantity: 60 each CLIN 0017 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521108; Size: 8; Quantity: 50 pair CLIN 0018 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521109; Size: 9; Quantity: 50 pair CLIN 0019 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521110; Size: 10; Quantity: 50 pair CLIN 0020 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521111; Size: 11; Quantity: 50 pair CLIN 0021 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521112; Size: 12; Quantity: 50 pair CLIN 0022 Boot, Koral King; Mfr: Deep See; Mfr Part# D9521113; Size: 13; Quantity: 50 pair CLIN 0023 Glove, Men's 3mm Thermal Flex; Mfr: Deep See; Mfr Part# D339013; Size: Medium; Quantity: 50 pair CLIN 0024 Glove, Men's 3mm Thermal Flex; Mfr: Deep See; Mfr Part# D339015; Size: Large; Quantity: 50 pair CLIN 0025 Glove, Men's 3mm Thermal Flex; Mfr: Deep See; Mfr Part# D339016; Size: X-Large; Quantity: 50 pair CLIN 0026 Glove, Men's 5mm Thermal Flex; Mfr: Deep See; Mfr Part# D359013; Size: Medium; Quantity: 50 pair CLIN 0027 Glove, Men's 5mm Thermal Flex; Mfr: Deep See; Mfr Part# D359015; Size: Large; Quantity: 50 pair CLIN 0028 Glove, Men's 5mm Thermal Flex; Mfr: Deep See; Mfr Part# D359016; Size: X-Large; Quantity: 50 pair CLIN 0029 Kit, Twin Manifold Overhaul; Mfr: Aqua-Lung; Mfr Part# 280095; Quantity: 50 each CLIN 0030 Gauges, Suunto Analog (for closed circuit), Imperial, 0-60 feet; Mfr: Suunto; Mfr Part# 41195; Quantity: 50 each CLIN 0031 Kit, Service (for Titan), Conshelf 1st stages; Mfr: Aqua-Lung; Mfr Part# 900001; Quantity: 70 each CLIN 0032 Kit, Service (for Conshelf 2nd stages); Mfr: Aqua-Lung; Mfr Part# 900013; Quantity: 70 each CLIN 0033 Black Silicone with bite tabs, std, size, for Conshelf 21/SE2/SEA/XIV; Mfr: Aqua-Lung; Mfr Part# 105879; Quantity: 80 pair CLIN 0034 Tactical Floatation Survival System Pair, Black Bladder, CO2 Installed, with Belt Loop; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 769200; Quantity: 40 each CLIN 0035 Cartridge, 38 Gram CO2; Mfr: Mission Specific Military & Aviation Products; Mfr Part# 13220; Quantity: 50 Each CLIN 0036 Knife, EZ Lock Ti Tanto Tip; Mfr: Mission Specific Military & Aviation Products; Mfr Part# D48180; Quantity: 60 Each CLIN 0037 Vest, Para Swimmers; Mfr: Aqua-Lung; Mfr Part# 769041; Quantity: 50 ea This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Price (2) Delivery (3) Technical Acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price, price slightly more important than delivery. Offer shall provide at less two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 23 June 2008. The preferred method for submitting quotes is by email (williamsdi@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Diane Williams at (910)243-2176. Any questions referencing this solicitation will be submitted in writing via email at williamsdi@jdi.socom.mil, not later than 13 Jun 2008. The point of contact for this solicitation is Diane Williams, Contract Specialist at (910)243-2176 or email listed above. Point of Contact Diane Williams, Contract Specialist, Phone 910-243-2176, Fax 910-243-0249, Email williamsdi@jdi.socom.m
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11daf3f1eba21c7b0d7fcbcb8e0fd6a9&tab=core&_cview=1)
- Place of Performance
- Address: USSOCOM REGIONAL CONTRACT OFFICE, MALEVSTI RD BLDG 3-1947, POPE AFB, North Carolina, 38308, United States
- Zip Code: 38308
- Zip Code: 38308
- Record
- SN01584041-W 20080601/080530220858-11daf3f1eba21c7b0d7fcbcb8e0fd6a9 (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 |