Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

84 -- Survival Kits

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
W36QZT2180A005-Survival-Kits
 
Archive Date
8/18/2012
 
Point of Contact
Matthew A. Talley, Phone: 8508820362, Christopher K. Slater, Phone: 8508820362
 
E-Mail Address
matthew.talley@eglin.af.mil, christopher.slater@eglin.af.mil
(matthew.talley@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a brand name or equal solicitation. The Air Armament Center, Operational Contracting Division, Eglin AFB, Florida intends to solicit, negotiate and award a firm-fixed price contract for 1044 each Master Pro Survival Kits. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The announcement number is W3QZT2180A005. The acquisition is 100 % set-aside for a Service Disabled Veteran Owned Small Business in accordance with FAR 19.1405. The North American Industry Classification System (NAICS) code for this acquisition is 33999 with a small business standard size of 500 employees. Please identify your business size in your response based upon this standard. The item is to be delivered FOB Destination to SSA Warehouse, Bldg 4335 El Salvador Way, Eglin AFB, FL 32542. Provide estimated delivery ARO. Pricing should include shipping, delivery. CLIN 0001- Master Pro Survival Kit or equal including the following items brand name or equal: -Lightweight Combat Casualty Blanket (Olive/Silver). -One pack of Wind and Waterproof Survival Matches. -Stainless Steel Commando Wire Saw. -"Blastmatch" Fire Starting System. -Twelve "Tinder-Quick" Tabs from Four Seasons Survival. -Gerber Clutch Mini Multi-tool. -Dozier Designed KA-BAR® Folding Lock-Blade Knife. -Rescue Flash Signal Mirror. -Fox 40 Rescue Howler Whistle. -Suunto Baseplate Compass. -Photon II Lithium Powered MICROLIGHT (white light). -Lansky® Ceramic Knife Sharpener. -Two 17oz. Water Bags with Closure Caps. -Fresnel Magnifying Lens. -1 pair of Roll-Up Sunglasses. -1 bottle of Potable Aqua Water Purification Tablets. -Pencil and Four sheets of Waterproof Paper (4.25"x5.5"). -Flosscard® (36' of Floss for sewing, fishing, snares, lashing, oral care). -20' of "Parachute Cord". -Mini-Carabiner. -20' of Stainless Steel Snare Wire. -Heavy-Duty Canvas Sewing Needle. -Two Scalpel Blades. -Four Safety Pins. -18"x18" Heavy-duty Aluminum Foil. -Four #2 Fish Hooks; Four #4 Fish Hooks; Four #6 Fish Hooks; One 4/0 Hook (for use as a Gaff); One 1/2 inch Tack (to attach Gaff Hook); One Panfish Jig; One Stainless Steel Leader; Four Splitshot; Two Swivels; Sixty feet of 15 pound test line (Two 30 ft. lengths). -Leader Knots and Hitches Instruction Sheet on Waterproof Paper. -One Quart Ziplock Bag. -Four 3" Zipties. -One foot of Surgical Tubing. -Four 1"x3" Bandaids; Two Butterfly Closures; One Large Bandaid. -Two Bouillon Packets. -Two pieces of Hard Candy. -Survival Instruction Sheet on Waterproof Paper. - Items should be packed with olive drab or black lanyards. - These items must be packaged in waterproof material and vacuum sealed. Measures: 7"x5.5"x2.5" and weighs 28 ounces Offerors must provide specifications if providing or equal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The following clauses/provisions are applicable: 52.203-16, Preventing Personal Conflicts of Interest; FAR 52.204-7, Central Contractor Registration; 52.204-9, Access to Facilities; 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items/Using SPS) incorporating the following: - 52.203-6, Restrictions on Subcontractor Sales to Government with Alt 1; - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; - 52.219-28, Post-Award Small Business Program Rerepresentation; - 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; - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; - 52.225-13, Restriction on Certain Foreign Purchases; - 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.219-27 Notice to Total Service-Disabled Veteran -Owned Small Business Set-Aside. FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.209-7999, Class Deviation 2012-O0004-Prohibition Against Contracting With Corporations That Have An Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: -52.203-3, Gratuities; -252.225-7001, Buy American Act and Balance of Payments Program; - 252.225-7012, Preference for Certain Domestic Commodities; - 252.225-7014, Preferences for Domestic Specialty Metals; - 252.225-7016, Restrictions of Acquisition of Ball and Roller Bearings; - 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises and Native Hawaiian Small Business Concerns; - 252.232-7003, Electronic Submission of Payment Requests; - 252.243-7002, Request for Equitable Adjustment; - 252.247-7023, Transportation of Supplies by Sea, with Alt III; - 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. -252.225-7002 Qualifying Country Sources as Subcontractors; - 252.246-7000, Material Inpection and Receiving Report; -5352.201-9101, Ombudsman; -5352.242-9000, Contractor Access to Air Force Instillations; -Local Clause H-850, Wide Area Work Flow. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 1:00 P.M., Central 03 August 2012. A determination for award is six days after the due date. Send a quote by fax to (850) 882-1680, or by email to matthew.talley@eglin.af.mil. For questions, contact the contract administrator, SFC Matthew A. Talley at (850) 882-0362 or the contracting officer, MSgt Christopher K. Slater @ (850) 882-0344.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/W36QZT2180A005-Survival-Kits/listing.html)
 
Place of Performance
Address: SSA Warehouse, Bldg 4335 El Salvador Way, 7 SFG (A), Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02810331-W 20120722/120720235408-107757da29180e443ddd75d78faeac6b (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.