Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
MODIFICATION

99 -- Explotrain simulator and kits

Notice Date
8/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
h92240-13-T-6005
 
Archive Date
9/11/2013
 
Point of Contact
Linda C. Lareau, Phone: 7577634431, Matthew J. Morelewski, Phone: 7577634416
 
E-Mail Address
linda.lareau@navsoc.socom.mil, matthew.morelewski@navsoc.socom.mil
(linda.lareau@navsoc.socom.mil, matthew.morelewski@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is H92240-13-T-6005. The Naval Special Warfare Command, DET Stennis located at 2603 Lower Gainsville Rd., Stennis Space Center, MS. 39529-7099 intends to award a Firm Fixed Price contract on a Brand Name or Equal basis for additional replacement parts to the Explotrain Blast X-02 Simulator. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFAR Change Notice 20130617. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www/acq.osd.mil/dpap/dfars/index.htm. The requirment will be acquired in accordance with Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items, FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The NAICS code for this procurement is 333318 with a corresponding size standard of 500. CLIN 0001:Model X-Calibre (X-CAL) Machine Gun Simulator qty 10 CLIN 0002: Model X-LRT Retrofit Kits qty 5 CLIN 0003: Model X-LRT Long Range Transmitter qty 2 CLIN 0004: Model X-02 Sustainment Kit qty 1 CLIN 0005: Model X-0MW Sustainment Kit qty 1 CLIN 0006: Model X-04 Sustainment Kit qty 1 The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items June 2010. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (July 2010) The following clauses are applicable an incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals 52.217-5 Evaluation of Options 52.247-29 F.O.B. Origin 52.252-2 Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration 252.223-7008 Prohibition of Hexavalent Chromium 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7006 Wide Area Workflow {aument Instructions. 562.201-9002 Authorized changes only by Contracting Officer. 5652-204-9003 Disclousure of Unclassified Information (2007) By submitting an offer, the offeror is self-certifying that neither the requestor not the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; cursor: hand; right: 0px; top: 0px; left: 0px;" title="Call: 866-606-8220" src="data:image/png;base64,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" alt="" />, or via Internet at https://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/h92240-13-T-6005/listing.html)
 
Place of Performance
Address: 2603 Lower Gainsville Rd. BLDG 2601, Stennis Space Center, Mississippi, 39529-7099, United States
Zip Code: 39529-7099
 
Record
SN03155828-W 20130822/130821000142-1e452bc8994be74708800a86016f1334 (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.