Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOLICITATION NOTICE

42 -- Rescue Swimmers Gear

Notice Date
2/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 191 Code 250M, Mayport, FL 32228
 
ZIP Code
32228
 
Solicitation Number
N68836-16-T-0124
 
Response Due
2/22/2016
 
Archive Date
8/20/2016
 
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
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 N68836-16-T-0124 and is issued as a Request for Quote (RFQ), 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 339113 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Naval Station Mayport, FL 32228 The FLC - Jacksonville requires the following items, Brand Name or Equal, to the following: LI 001: P/N 1805A-FJ-1/33494 Rescue Swimmer Farmer John, velcro shoulder attachments; SPECIFICATIOINS: SAR FARMER JOHN W/ DOUBLE VELCRO ENTRY -Neoprene suits shall be black in color, minimum of 2mm thickness with 4-way flex. -All seams shall be glued and blind stitched. -When possible, no visible or brightly colored manufacturer logos. -Prefer farmer john to have velcro shoulder attachments. -Sizes provided by command at time of requirement., 30, EA; LI 002: P/N 1805A-JK-L/33497 Rescue Swimmer Jacket, underarms and shoulders should be seamless, beaver tail; SPECIFICATIONS: SAR BEAVERTAIL W/ FRONT ZIP JACKET W ARM ZIP -Neoprene suits shall be black in color, minimum of 2mm thickness with 4-way flex. -Under-arms and shoulders shall be seamless. -All seams shall be glued and blind stitched. -When possible, no visible or brightly colored manufacturer logos. -Suit shall have a securable zipper, preferably on the front. Prefer jacket to have a beaver tail. -Sizes provided by command at time of requirement., 30, EA; LI 003: P/N 1805A-SO-L/33499 Rescue Swimmer Shorty, suit shall have a securable zipper with pull tab on the back; SPECIFICATIONS: SAR SHORTY W/ BACK ZIP -Neoprene suits shall be black in color, minimum of 2mm thickness with 4-way flex. -All seams shall be glued and blind stitched. -When possible, no visible or brightly colored manufacturer logos. -Suit shall have a securable zipper with pull tab, preferably on the back. -Sizes provided by command at time of requirement., 30, EA; LI 004: P/N 1805A-H-L/33495 Rescue Swimmer Hood, velcro attachment for strobe light on right side head; SPECIFICATIONS: SAR HOOD -Neoprene suits shall be black in color, minimum of 2mm thickness with 4-way flex. -All seams shall be glued and blind stitched. -When possible, no visible or brightly colored manufacturer logos. -Prefer hood to have Velcro attachment for strobe light on right side head. -Sizes provided by command at time of requirement., 30, EA; LI 005: P/N BT550-05 6mm Booty size 5, XS SCUBA, 4, PR; LI 006: P/N BT550-06 6mm Booty size 6, XS SCUBA, 5, PR; LI 007: P/N BT550-07 6mm Booty size 7, XS SCUBA, 12, PR; LI 008: P/N BT550-08 6mm Booty size 8, XS SCUBA, 10, PR; LI 009: P/N BT550-09 6mm Booty size 9, XS SCUBA, 10, PR; LI 010: P/N BT550-10 6mm Booty size 10, XS SCUBA, 10, PR; LI 011: P/N BT550-11 6mm Booty size 11, XS SCUBA, 25, PR; LI 012: P/N 25.350.000 ScubaPro Jet Fins Size lg (NSN 4220-01-276-0048), 30, PR; LI 013: P/N 543, AQUALUNG #502620, Wrap Around Dive Mask by Aqua Lung/US Divers, approved for use by the US Navy and Coast Guard rescue swimmers, heavy duty wraparound design, impact resistant lens exceeds American National Standard Z86.11-1985, black mask, black frame and SS strap attachment buckles, 25, EA; LI 014: P/N 547, CHEM LIGHT ATTACHMENT BAR-LSC #547 Chemical Light Bar, attaches to the frame of the wrap around mask, (Mfg Lifesaving Systems), 25, EA; LI 015: P/N 482, SAR SWIMMER?S VEST -LSC #482 Inflatable SAR Vest, (4220-01-463-0197) compact lightweight, over the head, rescue swimmer inflatable flotation device, self righting, color Black, (Mfg Lifesaving Systems), 16, EA; LI 016: P/N 204-SAR/802108010536, SURFACE SWIMMER HARNESS -LSC #204 Surface Swimmer Harness (NSN 4240-01-327-6185), meets US Navy Surface Swimmer requirements, constructed of type 13 Mil-Spec webbing, 304 SS hardware, 3-cord nylon thread stitching, black in color, attached pockets fot strobe light and signaling devices (Mfg Lifesavings Systems), 16, EA; LI 017: P/N 541, MILITARY ?J? SNORKEL -LSC #541 Snorkel, Black (Mfg Lifesaving Systems), 55, EA; LI 018: P/N AC-27-3-OR/IOE12397, MARINE WHISTLE (LANYARD IS NOT NECESSARY) -LSC #394 Marine Whistle, 15, EA; LI 019: P/N 317, CSAR STROBE (MS2000) Military-Spec Water Activated Strobe/SOS/Steady-On Marker Light -ACR PRODUCTS #3991 ACR CSAR Strobe Light(MS2000M) (4220-01-325-3132), meets Mil-L-38217 specs, compact, lightweight, waterproof to 33 feet, large switch, omni directional white strobe emits 250,000 peak lumens, attached infrared filter for night vision goggle viewing, directional, shielded blue filter alerts friendly forces (Mfg Lifesaving Systems), 20, EA; LI 020: P/N D330135/053086015154, 3MM THERMOCLINE KEVLAR GLOVES - MD -AQUALUNG # D330133 3MM Thermocline Kevlar Gloves size MD, 15, PR; LI 021: P/N D330135/053086015154, 3MM THERMOCLINE KEVLAR GLOVES - LG -AQUALUNG #D330135 3MM Thermocline Kevlar Gloves size LG, 15, PR; LI 022: P/N 216, RESCUE STROP -LSC #216 Rescue Strop (216-1)(NSN 1680-01-347-4946), used to hoist uninjured personnel during helicopter operations, constructed of nylon closed cell foam and SS hardware (Mfg Lifesaving Systems), 1, 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, FLC - Jacksonville 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. Contract Terms and Conditions - Commercial Items Financial Services and General Government Appropriations Act (2015) Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 NAICS code is 339113 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 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 w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Control of Government Personnel Work Product (April 1992) Buy American Act & Balance of Payments (Oct 2011) THIS TERM IS IN EFFECT SHOULD THE BUY BE SET-ASIDE FOR SMALL BUSINESSES : Notice of Total Small Business Set-Aside ALL SUIT COMPONENTS SHALL COMPLY IAW NAVAIRSYSCOM, NAVAIR 13-1-6.5, NTTP 3-50.2, OPNAVINST 3130.6 FOR USE IN THE US NAVAL SAR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d251071e5a97805f1f17ee9107a71ad3)
 
Place of Performance
Address: Naval Station Mayport, FL 32228
Zip Code: 32228
 
Record
SN04024083-W 20160220/160218235047-d251071e5a97805f1f17ee9107a71ad3 (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.