Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

42 -- Roco Rescue Kits

Notice Date
10/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
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
F3MT248288G001
 
Archive Date
12/9/2008
 
Point of Contact
Travis L Davis,, Phone: 910-243-0355, Diane N Williams, Phone: 910-243-2176
 
E-Mail Address
davistl@jdi.socom.mil, 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; quotes are being requested and a written solicitation will not be issued. The Purchase Request Number F3MT248288G001 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-27. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 339920, Size Standard 500 employees 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. The items called for by this RFQ have been identified in the schedule by brand name or equal description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering equal items will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in this solicitation. 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 Kit, Container Access Assault; Mfg: Roco Rescue or Equal, Quantity: 6 Kits. Each kit shall include the following (pre-packaged in the Ruck): A. Ruck, 3000-3500 cu in, Gregory Triconi 60 Lg; Mfg: Gregory Triconi; Part# 757781; Qty: 1 each B. Harness, Petzl Calidris Climbing; Mfg: Petzl; Mfg Part# C57_N or Equal; Size: 1; Color: Black; Qty: 1 each C. Harness, Misty Mountain Chest; Mfg: Misty Mountain; Mfg Part# 9945 or Equal; Size: Standard; Qty: 1 each D. Croll, Petzl; Mfg: Petzl; Mfg Part# B16 or Equal; Qty: 1 each E. Gri-Gri, Petzl; Mfg: Petzl; Mfg Part# D14 or Equal; Color: Black; Qty: 2 each F. Quick Link, Petzl Maillon Rapide; Mfg: Petzl; Mfg Part# P15B or Equal; Size: Large; Qty: 1 each G. Daisy Chain, Black Diamond 12mm Dynex (55"); Mfg: Black Diamond; Mfg Part# 390024 or Equal; Qty: 2 each H. Carabiner, Petzl Williams Triact-Lock; Mfg: Petzl; Mfg Part# M36TL or Equal; Qty: 2 each I. Dynex Runner, Black Diamond 30cm; Mfg: Black Diamond; Mfg Part# 380030 or Equal; Qty: 5 each J. Dynex Runner, Black Diamond 60cm; Mfg: Black Diamond; Mfg Part# 380031or Equal; Qty: 5 each K. 18mm Nylon Runner, Black Diamond 60cm; Mfg: Black Diamond; Mfg Part# 380060 or Equal; Qty: 2 each L. Twistlock, Black Diamond Rocklock; Mfg: Black Diamond; Mfg Part# 210252 or Equal; Qty: 12 each M. Carabiner, Black Diamond Dynotron Bent; Mfg: Black Diamond; Mfg Part# 210285 or Equal; Qty: 5 each N. Etrier, Black Diamond 6 Step; Mfg: Black Diamond; Mfg Part# 390040; Qty: 2 each O. Quickstep, Petzl; Mfg: Petzl; Mfg Part# C09 or Equal; Qty: 1 each P. Carabiner, 7mm Rope (100 ft)/ Belay Bag/ Black Diamond Vapor Lock; Mfg: Black Diamond; Mfg Part# CRRB-01 or Equal; Qty: 1 each Q. Pulley, Petzl Gemini: Double Prusik ; Mfg: Petzl; Mfg Part# P66N; Qty: 1 each R. Fi-Fi Hook, Petzl; Mfg: Petzl; Mfg Part# V12 or Equal; Qty: 1 each S. Ascender, Black Diamond nForce (1 right/ 1 left); Mfg: Black Diamond; Mfg Part# 620001 & 620002 or Equal; Qty: 1 pr T. Hook, Black Diamond Cliffhanger; Mfg: Black Diamond; Mfg Part# 520220 or Equal; Qty: 2 each U. Hook, Black Diamond Tallon; Mfg: Black Diamond; Mfg Part# 520200 or Equal; Qty: 2 each V. Links, Quick/French; Mfg: Roco Rescue; Mfg Part# 382101 or Equal; Qty: 4 each CLIN 0002 Belay Kit; Mfg: Roco Rescue or Equal, Quantity: 6 Kits. Each kit shall include the following (pre-packaged in the Ruck): A. Ruck, 3000-3500 cu in, Gregory Triconi 60 Lg; Mfg: Gregory Triconi; Part# 757781; Qty: 1 each B. Hook, Roco Container ; Mfg: Roco Rescue; Mfg Part# CRH-01; Qty: 1 each C. Sling, Metolius Contour Multi-Loop Gear; Mfg: Metolius; Mfg Part# 620114; Qty: 1 each D. Anchor, 36" Steel Cable; Mfg: Roco Rescue; Mfg Part# 5900560; Qty: 1 each E. Dynex Runner, Black Diamond 30cm; Mfg: Black Diamond; Mfg Part# 380030; Qty: 5 each F. Dynex Runner, Black Diamond 60cm; Mfg: Black Diamond; Mfg Part# 380031; Qty: 5 each G. Twistlock, Black Diamond Rocklock; Mfg: Black Diamond; Mfg Part# 210252; Qty: 10 each H. Swivel, Petzl Large; Mfg: Petzl; Mfg Part# P58L; Qty: 1 each I. Pulley, Petzl Gemini: Double Prusik ; Mfg: Petzl; Mfg Part# P66N; Qty: 2 each J. Gibbs Ascender, Free Running; Mfg: Gibbs; Mfg Part# 3SF; Qty: 1 each K. Kit, Roco RIES (Rapid Insertion/Extraction System); Mfg: Roco Rescue; Mfg Part# RS-RIES; Qty: 1 each L. Kit, Roco Micro RIES(Rapid Insertion/Extraction System) Mfg: Roco Rescue; Mfg Part# RS-MRIES or Equal; Qty: 1 each 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) Technical Acceptability (2) Price (3) Delivery. 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 least 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 Items, 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, 24 November 2008. The preferred method for submitting quotes is by email (davistl@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 Travis Davis at (910)2430355. Any questions referencing this solicitation will be submitted in writing via email at davistl@jdi.socom.mil, not later than 17 November 2008. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above. Point of Contract Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davistl@jdi.socom.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e991e09abce5b0ee3f002425680938a7&tab=core&_cview=1)
 
Place of Performance
Address: MALVESTI RD. BLDG 3-1947, POPE AFB, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01696705-W 20081029/081027214819-e991e09abce5b0ee3f002425680938a7 (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.