Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SOLICITATION NOTICE

78 -- "Brand Name Only" Requirement for Talon and Telesis Harness/Container Systems - J&A

Notice Date
8/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
HarnessandContainerSystem
 
Archive Date
8/27/2009
 
Point of Contact
Chelsea A. Gurwell, Phone: 719-333-2849, Elizabeth Lawson, Phone: 719-333-3929
 
E-Mail Address
chelsea.gurwell@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(chelsea.gurwell@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for "brand name only" requirement. This is a combined synopsis/solicitation for commercial "Brand Name Only" requirement 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. This solicitation is issued as a Request for Quotations (RFQ), reference numbers F4B6109104A002 in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, Effective 15 Jul 2009. The 98th currently has over 500 each Rigging Innovation Containers in inventory. Changing brands is not in our best interest as it would require entirely new sets of canopies and containers for standardization. Training processes would also have to be adjusted should the revamp occur. This is the only brand viable to earn the award for this contract. After extensive research the Talon 3.0 and Telesis 3.0 is the correct size container required for our AM-490/491/492 and 496 formal programs. Our market research shows that no other manufacturer has the precise size containers using the type of construction necessary to meet our extreme environmental conditions. The adjustable harness will accommodate the wide range of body types associated with our programs from our 5 foot, 100-pound females to our 6 foot 4 inch, 200-pound football players. As well, container size/volume must be compatible with the canopy size currently in inventory. The United States Air Force Academy, CONS/LGC requires the purchase of the following systems: CLIN 0001: 25 Each MIL-HC4000U-F, Talon FS Parachute Harness/Container w/Spacer Foam with:  Navy Blue and Royal accents  RSL  BOC  Kill-Line Collapsible Main Pilotchute  Navy Hackey  FAST Articulated harness  Double wide legstraps  Main Speed bag  Ty-17 Risers  Main Container PD-235/Reserve container PR-218  "Air Force" Monogram on side  30" ZP main Pilotchute  Size: TXX CLIN 0002: 30 Each MIL-HC8154U Telesis 3.0 USAFA Student Harness/Container System  Navy Blue  NON Adj 16" harness/SOS-RED  USAFA-Main MLW Mounted Ripcord Assy  FXC Main-Cypres Resv  Wide legstraps  Clear reserve R/C inspection flap  Thread-thru leg strap H/W  Main Speed Bag (PR-235/PD-260 Dacron lines)  Royal Blue #1 and #2  Flap Size: TSX The North American Industry Classification System Code NAICS is 451110 and the size standard is $7 million. Small businesses that can meet the requirement are encouraged to submit quotes. The Buy American Act and Berry Amendment both apply to this RFQ. Vendor must submit Buy American certificate with quote. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. The Provision at 52.212-2, Evaluation - Commercial Items, also applies. The Government will award to the lowest price responsible offeror whose offer fully conforms to the solicitation and represents best value to the government. Quotes offering used, resold, liquidated, or refurbished equipment will not be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Other FAR clauses that apply to this acquisition are FAR Clauses 52.213-3 - Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation)(Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. All qualified sources may submit a response, which if timely received, will be considered by this agency. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Quotes must be received NLT 12:00 pm MST, 12 August 2009, by e-mail at Chelsea.Gurwell@usafa.af.mil. Pursuant to AFFARS 5301.9102: If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Ms. Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3907 FAX 719-333-4747 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/HarnessandContainerSystem/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01902455-W 20090808/090807001043-983223e8b3c9e2c5c8ce74e3e85a4b8b (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.