Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

66 -- Altimeters - Combo

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-16-P-0012
 
Archive Date
4/29/2016
 
Point of Contact
LaMont E Smith, Phone: 5757846689, Cameron A. Smith, Phone: 5757846207
 
E-Mail Address
lamont.smith.1@us.af.mil, CAMERON.SMITH@CANNON.AF.MIL
(lamont.smith.1@us.af.mil, CAMERON.SMITH@CANNON.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached document contains the complete combined synopsis and solicitation. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 and Defense Change Notice 20160325. 3) The standard industrial classification code is 6605, NAICS is 334511, Small Business Size Standard for this NAICS code is 1250 employees. 4) Description: A) CLIN 0001 (75 EA)- Solo II Audible Altimeter or Equal Skydiving/ Free Fall Altimeter with 3 selectable warning altitudes. Altitudes selection interval: 500 ft. Dimensions: 2 3/16" x 1 5/8" x 3/8" [56 x 41 x 11 mm] Performance Requirements: Durable rubberized coating, easy and quick to set up on the ground or in the aircraft, Built-in mounting holes; fits any headgear, inside or out. Uses CR-2325, 3 Volt Batteries B) CLIN 0002 (30 EA)-Alti-2 MA-12 or equal Waterproof up to 6 feet for one hour. Backlight digital LCD display. Aluminum case. 40,000 ft range Performance Requirements: Unobtrusive footprint, universal mounting through four screws in the bottom housing, aluminum casing, protected raised buttons with sensory enhancements for tactile dexterity, USB rechargeable, Standard Offset mode, Absolute Offset mode, Canopy Alarms, last jump logging, Standard velcro wrist mount bracket 5) Delivery shall be F.O.B. Destination to: 26 STS Attn: TSgt Douglas Reedy 118 Levitow Ave Bldg 799 Cannon AFB, NM 88103-5305 Delivery Date: 30 Days ARO 6) Compliance with the following clauses and provisions are expected in both the submittal of quotations and in performance of the contract. Note: if selected for award, an awardee is required to comply with any additional clauses that may be required in accordance with the Federal Acquisition Regulation upon contract acceptance. The following provisions apply to this acquisition: FAR 52.204-7 -- System for Award Management. This provision is incorporated by reference, and paragraph (a) is replaced by paragraph (a) of 252.204-7004 Alternate A, System for Award Management. FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Descriptions stated above in section (4), the stated Delivery Date of 30 days ADC, and Quality Products. All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) The following FAR clauses applies to this acquisition: 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 7) Quotes must be signed, dated and submitted by 14 Apr 2016, 1000hrs, Mountain Standard Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. The certificate can be found on the next page. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: A1C LaMont Smith- lamont.smith.1@us.af.mil Alternate: SrA Cameron Smith - cameron.smith.16@us.af.mil 8) For further inquiries, please email the POC's listed above or the Contracting Officer, TSgt Octavio Valverde- octavio.valverde@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-16-P-0012/listing.html)
 
Place of Performance
Address: Cannon AFB, Clovis, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04066559-W 20160401/160330234026-9941405a7a85306f996ef97a97d25acf (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.