Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

70 -- Parachute Simulation Equipment System

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM14T8005
 
Response Due
8/16/2014
 
Archive Date
9/15/2014
 
Point of Contact
Jennifer Carlson, 6127132614
 
E-Mail Address
USPFO for Minnesota
(jennifer.a.carlson34.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number W912LM-14-T-8005 is hereby issued as a RFQ, (Request for Quote). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. (IV) Interested offerors must be registered in the System for Award Management (SAM). Firms can register via the SAM internet site at https://www.sam.gov/portal/public/SAM. The associated North American Industry Classification System (NAICS) code for this procurement is 541690. (V) Parachute flight training simulator for emergency egress training, including canopy malfunction software. The Airlift Wing requires the following capabilities, BRAND NAME OR EQUAL: A PARASIM system emergency parachute training platform to provide the most realistic parachute training outside of accomplishing an actual jump/egress from an aircraft. Aircrew members must have access to the most up-to-date technology as possible to ensure a firm grasp of all life-saving systems available to them. The PARASIM system is designed to mimic all real-world parachute egress from a fixed wing aircraft. A built in heads up display, via a visor on the flyer's helmet, portrays images of simulated scenarios. In additions, technicians can create parachute/equipment malfunctions on the fly forcing the aircrew member to correct malfunctions using proper techniques under the safety of a training scenario. The parachute risers and canopy are designed to mimic real-world equipment; such as steering and line cut-aways. During emergency parachute training classes, the dual monitors will allow on-looking students and instructors to gauge current training and critique for greater teaching scenarios. 1.PARASIM-5-EMLF: PARASIM v5 for Emergency Training, w/Snap-Fit, Rack Based Frame 2.PARASIM-5-EMLFSPT1: Tier 1 annual Software Support 3.PARASIM-5-MALFS: Canopy Malfunctions Software Feature (VI) The intent of this solicitation is to award a contract for the items listed in (V) above. (VII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. (VIII) 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 as per provision at 52.212-2, Evaluation -- Commercial Items. Offeror must provide detailed information to explain why products offered conform to requirements defined in the solicitation. (IX) Offerors are to confirm on-line completion of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (X) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See attached addenda regarding payment and invoicing. (XI) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.222-50 Combating trafficking in persons, 52.233-3 Protest after award, 52.233-4 applicable law for breach of contract claim, 52.209-10 prohibition on contracting with inverted domestic corporations, 52.219-6 notice of total small business set-aside, 52.219-13 notice of set-aside of orders, 52.219-19 child labor, 52.222-21 prohibition of segregated facilities, 52.222-26 equal opportunity, 52.222-36 affirmative action for workers with disabilities, 52.223-18 encouraging contractor policies to ban text messaging while driving, 52.232-33 payment by electronic funds transfer, 52.222-41 Service contract act of 1965, 52.222-42 statement of equivalent rates for federal hires, 52.222-43 fair labor standards act and service contract act-price adjustment. 52.232-99 subcontracting. (XII) FAR clause 252.212-7001 Contract terms and conditions required to implement statutes or executive order applicable to defense acquisitions of commercial items. 252.203-7000 requirements relating to compensation of former DoD officials, 252.225-7001 buy American act and balance of payments program, 252.225-7036, 252.232-7003 electronic submission of payment requests, 252.237-7010 prohibition on interrogation of detainees by contractor personnel. (XIII) FAR clause 52.232-18 Availability of Funds: 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. (XIV) Additional Requirements: SAM Registration (http://www.sam.gov) is mandatory. Mandatory invoicing through wide area workflow (WAWF) required. https://wawf.eb.mil ** Please include POC information, cage code and federal tax id number in your bid. WD 05-2287 (Rev.-12) applies to this solicitation. E-Mail questions to Jenna Carlson, jennifer.carlson.2@ang.af.mil Questions Due Tuesday, 05 August 2014, by e-mail only please. QUOTES due to the Minnesota Air National Guard, 133rd AW, CPT Jenna Carlson by Friday, 16 August 2014, 12:00 p.m. central standard time. E-mail quotes will be accepted to jennifer.carlson.2@ang.af.mil (XV) Point of contact for this solicitation can be directed to jennifer.carlson.2@ang.af.mil Please do not e-mail to Army AKO account.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM14T8005/listing.html)
 
Place of Performance
Address: 133rd AW MNANG Fort Snelling Saint Paul MN
Zip Code: 55111
 
Record
SN03428757-W 20140719/140717235436-096814895823dcc5a4d304117683d286 (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.