Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

84 -- Parachute Equipment

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
BLDG 1109B, 199 6th AVE,, FORT KNOX, KY 40121
 
ZIP Code
40121
 
Solicitation Number
38935
 
Response Due
2/16/2016
 
Archive Date
8/14/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 38935 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 316998 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT BRAGG, NC 28310 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: DEMONSTRATOR JAVELIN ODYSSEY CONTAINER (DEMONSTRATOR MODEL JAVELIN ODYSSEY): JAVELIN ODYSSEY DEMONSTRATION CONTAINER C-17 J7NK (10 EACH): JAVELIN ODYSSEY DEMONSTRATION CONTAINER C-18 J7NKL (MUST HOLD RMAX 248 RESERVE) (7 EACH). ITEM SHALL BE IN ACCORDANCE WITH ATTACHED DEMO RIG SPECIFICATIONS, 17, EA; LI 002: STUDENT JAVELIN ODYSSEY CONTAINER (STUDENT MODEL JAVELIN ODYSSEY): ARMY LOGO ON ONE #5, INCLUDES CLEAR #3 AND AAD ON PIN FLAP AND SKYHOOK 1 EACH J4K, 1 EACH J5K AND 1 EACH J7K. ITEM SHALL BE IN ACCORDANCE WITH ATTACHED STUDENT RIG SPECIFICATIONS, 3, EA; LI 003: COMPETITOR JAVELIN ODYSSEY CONTAINER (COMPETITOR MODEL JAVELIN ODYSSEY): SLS COMP CONTAINER C18 RSK-1 INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (2 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C19 RSK-1, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (2 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C18 RSK-1, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (3 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C-17 RSK-1, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (3 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C-17 TJNK, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (1 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C-18 RSK-1, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (1 EACH) (Competitor Rig Specs): SLS COMP CONTAINER B-15 RSK-1, INDIVIDUAL NAME IN BLACK BLOCK LETTERS ON CUTAWAY HANDLE. SIZED FOR INDIVIDUAL (1 EACH) (Competitor Rig Specs): SLS COMP CONTAINER C-18 RSK-1, WITH FOLLOWING MODS: NO ARTICULATION IN THE CHEST STRAP, 36 INCH TYPE 8 CHEST STRAP, LOCKING PUD PILOT CHUTE AND SKYHOOK SYSTEM INSTALLED. SIZED FOR INDIVIDUAL (1 EACH) (VFS Rig Specs): SLS COMP CONTAINER C-18 RSK-1, WITH FOLLOWING MODS: NO ARTICULATION IN THE CHEST STRAP, 36 INCH TYPE 8 CHEST STRAP, LOCKING PUD PILOT CHUTE AND SKYHOOK SYSTEM INSTALLED. SIZED FOR INDIVIDUAL (1 EACH) (VFS Rig Specs): SLS COMP CONTAINER C-17 RSK-1, WITH FOLLOWING MODS: NO ARTICULATION IN THE CHEST STRAP, 36 INCH TYPE 8 CHEST STRAP, LOCKING PUD PILOT CHUTE AND SKYHOOK SYSTEM INSTALLED. SIZED FOR INDIVIDUAL (1 EACH) (VFS Rig Specs): 1 EA SLS COMP CONTAINER C-17 RSK1, WITH FOLLOWING MODS: NO ARTICULATION IN THE CHEST STRAP, 36 INCH TYPE 8 CHEST STRAP, LOCKING PUD PILOT CHUTE AND SKYHOOK SYSTEM INSTALLED. SIZED FOR INDIVIDUAL (1 EACH) (VFS Rig Specs): 1 EA SLS COMP CONTAINER B-15 RSK-.5, WITH FOLLOWING MODS: NO ARTICULATION IN THE CHEST STRAP, 36 INCH TYPE 8 CHEST STRAP, LOCKING PUD PILOT CHUTE AND SKYHOOK SYSTEM INSTALLED. SIZED FOR INDIVIDUAL (1 EACH) (VFS Rig Specs), 18, EA; LI 004: WING SUIT JAVELIN ODYSSEY CONTAINER (WING SUIT MODEL JAVELIN ODYSSEY): WITH SKYHOOK AND DYNAMIC CORNERS AND EXTENDED BRIDLE: C-16 J3 COMP (1 EACH): C-17 RSK-1 COMP (2 EACH): C-16 RSK-1 COMP (1 EACH). ITEM SHALL BE IN ACCORDANCE WITH ATTACHED WINGSUIT RIG SPECIFICATIONS, 4, EA; LI 005: FREEBAG WITH BRIDAL RESERVE: RSK (10 EACH):J4K (5 EACH): ITEM NUMBER PBAG-FREE, 15, EA; LI 006: FREEBAG WITH BRIDAL RESERVE WITH SKYHOOK: RSK (10 EACH): ITEM NUMBER PBAG-FREE-SH, 10, EA; LI 007: RIPCORD RESERVE, PHAT DADDY TUBE STYLE, PIN TYPE: ME, COLOR: GOLD, FABRIC TYPE: 1000 D.: C YOKE (5 EACH): B YOKE (5 EACH): A/O YOKE (4 EACH): ITEM NUMBER PRIP-PHATDADDY, 14, EA; LI 008: PILOT CHUTE AND NON-KILL LINE BRIDLE MAIN T-O WITH HACKEY, SIZE: 33#, HANDLE COLOR BLACK, PILOT CHUTE MATERIAL GOLD F-1.11: ITEM NUMBER PPC-TOMAINHACBRI, 25, EA; LI 009: PILOT CHUTE AND KILL BRIDLE MAIN T/O W/FREEFLY HANDLE, SIZE 28 #, HANDLE COLOR BLACK AND FABRIC 1000 D: ITEM NUMBER PPC-KLTOFF, 20, EA; LI 010: RESERVE STATIC LINE INCLUDING COLLINS LANYARD YOKE: ITEM NUMBER PRIP-RSL-SS-SH, 10, EA; LI 011: SKYHOOK, RED LANYARD (RED TYPE 11A CORD): ITEM NUMBER PRIP-SH-LANYARD, 10, EA; LI 012: SKYHOOK RESERVE RIPCORD LANYARD: ITEM NUMBER PRIP-SHRESRPIN, 10, EA; LI 013: RISERS TYPE 17 MINI 3-RING STAINLESS, RSL: RIGHT, SIZE: 22#, COLOR: BLACK, TOGGLES: NVT: ITEM NUMBER PRIS-TY17MINISS, 30, EA; LI 014: RISERS TYPE 8 LARGE, 3-RING STAINLESS (INCLUDES FLAG RING AND CROSS CONNECTORS), RSL: NONE, SIZE: 20#, COLOR: BLACK, TOGGLES: NVT: ITEM NUMBER PRIS-TY8LGSS, 25, EA; LI 015: TANDEM MICROLINE LOCKING TUBE STOW 1000 COUNT: TUBING:.063: COLOR: BLACK: ITEM NUMBER PTUBESTOW-TANDEMMICRO, 2, EA; LI 016: DACRON TUBE STOW 1000 COUNT: TUBING:.047: COLOR: AMBER: ITEM NUMBER PTUBESTOW-DACRONAMBER, 2, EA; LI 017: DACRON LOCKING TUBE STOW 1000 COUNT: TUBING:.063: COLOR: BLACK: ITEM NUMBER PTUBESTOW-DACRONLOCKB, 2, EA; LI 018: TANDEM MICROLINE LOCKING TUBE STOW: 1000 COUNT: TUBING:.063: COLOR: BLACK: ITEM NUMBER PTUBESTOW-TANDEMMICRO, 2, EA; LI 019: TANDEM MICROLINE TUBE STOW: TUBING:.063: COLOR: AMBER: ITEM NUMBER PTUBESTOW-TANDEMMICRO, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contractors proposing to furnish a substitute must submit descriptive literature with their offers. This supersede paragraph herein titled "Evaluation Criteria / Basis of Award" provided under Bidding Requirements (Instructions). Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, considering only price and the price-related factors. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. See 52.204-99 Deviation included herein for information and instructions. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission Partial shipments is allowed In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to Humphrey Mararo at e-mail: humphrey.w.mararo.mil@mail.mil. 52.204-7-System for Award Management 52.204-16-Commercial and Government Entity Code Reporting 52.211-6-Brand Name or Equal 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.225-7000-Buy American Statute--Balance of Payments Program Certificate 52.204-13-System for Award Management Maintenance 52.204-18-Commercial and Government Entity Code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.212-4-Contract Terms & Conditions 52.212-5-Contract Terms & Conditions 52.219-6-Notice of SB Set-Aside 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.252-2-Clauses by Reference 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7004 Alt A-System for Awards Management 252.211-7003-Item Identification & Valuation 252.225-7001-Buy American and Balance of Payments Program 252.232-7003-Electronic Invoicing 252.232-7006-Wide Area Workflow Payment Instructions 252.232-7010-Levies on Contract Payments 252.247-7023-Transportation of Supplies by Sea Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) The tax liability form SHALL be completed and submitted with your quote, before the end date and time of this solicitation. Digital copies of the certificate may be emailed to Humphrey Mararo at e-mail: humphrey.w.mararo.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b446d4fe473e2aafae9f95b5198b5602)
 
Place of Performance
Address: FORT BRAGG, NC 28310
Zip Code: 28310-5000
 
Record
SN04017834-W 20160213/160211234420-b446d4fe473e2aafae9f95b5198b5602 (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  © 1994-2020, Loren Data Corp.