Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2014 FBO #4575
MODIFICATION

99 -- NAVBOARDS

Notice Date
6/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous 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
H92244-14-T-0204
 
Archive Date
6/20/2014
 
Point of Contact
Catherine A. Prestipino, Phone: 7578629467
 
E-Mail Address
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**The requirement originally stated that an altimeter was required. The requirement for the altimeter has been removed per this amendment. The response date has changed as a result of this amendment. ** This is Amendment 0001 to the combined synopsis/solicitation for Commercial Items 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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0204, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 effective 29 April 2014, and DFARS 20140506. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9 This request is for the purchase of brand name items of S&S Precision NavBoards and accessories. This request is authorized under FAR 13.5. Statutory authority: FAR 6.302-1(c), Brand Name. Description of Requirement: S&S Precision NavBoards and accessories must be the brand name specified as S&S NavBoards are smaller, streamlined, and designed to fit current gear specifications. SECTION B - SUPPLIES AND SERVICES CLIN LINE ITEM NUMBER (CLIN) 0001- NAVBOARD W/ILLUMINATED COMPASS, RED V-LITE, HOOK KNIFE SLEEVE, PROTECTIVE COVER, BUNGIE RETENTION SYSTEM, MUST FITE CRYE PLATE CARRIER; Part Number: NB-0002, QTY: 100. OPTION CLIN LINE ITEM NUMBER (CLIN) 1001- NAVBOARD W/ILLUMINATED COMPASS, RED V-LITE, HOOK KNIFE SLEEVE, PROTECTIVE COVER, BUNGIE RETENTION SYSTEM, MUST FITE CRYE PLATE CARRIER; Part Number: NB-0002, QTY: 100. OPTION CLIN LINE ITEM NUMBER (CLIN) 2001- NAVBOARD W/ILLUMINATED COMPASS, RED V-LITE, HOOK KNIFE SLEEVE, PROTECTIVE COVER, BUNGIE RETENTION SYSTEM, MUST FITE CRYE PLATE CARRIER; Part Number: NB-0002, QTY: 100. The following Clauses and Provision apply to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Nov 2013 FAR 52.203-3 Gratuities Apr 1984 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012 FAR 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Nov 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Jul 2013 FAR 52.222-19 Child Labor Law - Coo­peration with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans, Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Veterans Sep 2010 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party Jul 2013 FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug 2012 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.243-1 Alt II Changes - Fixed Price Alt II Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Identification and Valuation Dec 2013 DFARS 252.211-7003 Alt 1 Item Identification and Valuation - Alternate I Dec 2013 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.247-7023 Transportation of Supplies by Sea Jun 2013 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items Nov 2013 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov 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 in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed 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. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months. 52.232-18 -- Availability of Funds (Apr 1984) - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items Alternate 1 (NOV 2012) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. 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 by email the following point of contact: Ms. Prestipino, Contract Specialist; Email address: catherine.prestipino@vb.socom.mil. Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 05 June 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Ms. Prestipino at catherine.prestipino@vb.socom.mil. or phone (757) 862-9467 or fax to (757) 862-9478.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0204/listing.html)
 
Place of Performance
Address: 1636 REGULUS AVENUE, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03383045-W 20140604/140602234948-78cd33d66a72f2481e7e097da31c0190 (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.