Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

42 -- Hand Operated Combination Tool

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
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
H92244-09-T-0048
 
Archive Date
12/13/2008
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ); the solicitation number is H92244-09-T-0048. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure a hand operated combination tool. A Firm Fixed Price (FFP) type contract will be awarded. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 effective 14 November 2008. This procurement is 100% small business set-aside and the associated NAICS code is 339996 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 BRAND NAME OR EQUAL Hand Operated Combination Tool; Maximum Operating Pressure (Standard: 10,500 psi; Metric: 720 bar); Maximum Cutting Force (in cutting notch) (Standard 49,000 lb; Metric: 218 kN); Maximum Cutting Force (in blade center) (Standard 18,660 lbs; Metric 83 kN); Max. Spreading Force (at back of tips) (Standard 11,690 lbs; Metric 52 kN); Max. Spreading Travel (Standard 10 1/2 inches; Metric 268 mm); Weight, Ready for Use (Standard 23 lbs; Metric 10.5 kg); Dimensions, Folded (Standard 27 1/2" x 8 1/16" x 6 7/16") (Metric 698 x 205 x 163 mm); Oil Volume Required for Opening (Standard 6.7 cu. in.; Metric 110 cc); Oil Volume Required for Closing (8.4 cu. in. Metric 137 cc); Net Required Oil Volume (Standard 1.7 cu. in. Metric 27 cc); Usable Temperature Range (Standard -4 degrees Fahrenheit to 176 degrees Fahrenheit; Metric -20 Degrees celsius to +80 degrees Celsius; Section C Specifications Hand Operated Combi-tool General The tool must be capable of withstanding a static over-load pressure of twice the working pressure. This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be a "one-person" operated lightweight tool, which means that one person will be able to position, guide and operate the tool without the assistance of other people. For this reason the tool will be equipped with a carrying handle, which allows the operator to keep the tool evenly balanced in all positions even with one hand. The tool must be activated by means of a rotary pump handle. For ease of operation, the handle shall have a maximum rotation of 90 ° in either direction The pump handle, in combination with the carrying handle, shall provide 360 ° access to the operator allowing operation of the tool in any position. The pump handle must be located in such a way that it can be operated, guided and supported easily by right and left handed operators without having to change the position of the hands, even when wearing gloves. Carrying Handle The distance between the pump handle and the U-shaped carrying handle will be no less than 12" (305 mm) to provide a natural position for both hands during operation and to allow for complete control of the tool. The tool shall remain in a balanced horizontal position when held only by the carrying handle. In order to provide improved grip in all weather conditions, the carrying handle must have a non-slip surface. Safety and Protection For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against over pressurization. The tool will have automatic, non-return check valves built in so that the tool will hold the load when the pump handle is released, whether the tool is spreading or pulling. If pressure should drop because of interruption of the power source for any reason, the tool must hold the load. To provide for the safety of the operator, a cover must protect all moving parts such as yoke and levers. Blades The blades of the cutter will be fabricated from high-grade tool steel, hardened to improve durability. The blades will be constructed so as to be re-grindable. The blades must be capable of shearing Æ 0.95" round stock (in the recess), Æ 1 7/8" O.D. x 0.11" tube, 1 3/4" x 1 3/4" x 3/16" square section, 2 3/8" x 1 ¼" x 3/16" rectangular section, and 3" x 3/8" steel plate. Delivery is 30 days after date of contract. FOB Point is Destination. Inspect at Destination by Government. Accept at Destination by Government Section I Clauses 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-7 Central Contractor Registration APR 2008 52.209-5 Certification Regarding Responsibility Matters MAY 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use APR 2008 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) OCT 2008 52.219-1 Small Business Program Representations MAY 2004 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-14 Limitations On Subcontracting DEC 1996 52.219-28 Post-Award Small Business Program Rerepresentation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) SEP 2008 252.225-7012 Preference For Certain Domestic Commodities MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 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: •i. Technical capability of the item offered to meet the Government requirement •ii. Price Technical and price, when combined, are approximately equal. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar products 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. (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. (End of provision) SOFARS 5652.204-9004 Foreign Persons (2006) In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (SEC 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: _____): •(1) Full Name: •(2) Date of Birth: •(3) Place of Birth: •(4) Nationality: •(5) Social Security Number: •(6) Visa Status: •(7) Current Address: •(8) If a Subcontractor, Subcontractor Name and Address: •(9) Biographic Data and/or Resume: 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. 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 to the following point of contact: Christine Anderson, NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Email to christine.anderson@vb.socom.mil, Phone (757) 893-2715, Fax (757) 893-2957. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 28 November 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7bc99faa7070574dfd61f854410f55f7&tab=core&_cview=1)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01708279-W 20081122/081120220559-7bc99faa7070574dfd61f854410f55f7 (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.