SOLICITATION NOTICE
42 -- Tactical FLotation Support Systems
- Notice Date
- 7/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-10-R-7008
- Response Due
- 7/25/2010
- Archive Date
- 9/23/2010
- Point of Contact
- Duncan Collier, 650-603-9274
- E-Mail Address
-
129 RQW, Base Contracting
(duncan.collier@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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. Requirements Purchase of a commercial grade flotation devices used during pararescue open water jumps. All parts requested in this quote are to be brand new, never used. All items contained within synopsis/solicitation must meet and or exceed customer requirements for the following tactical flotation support systems and CO2 replacement cartridges. All items quoted must be Complete Parachute Solutions, Inc (CPS) brand name parts only. CPS tactical flotation devices are the only ones currently being used within the unit and across other guardian angel units within the Air Force. The CPS flotation devices, allow the completion of local unit training requirements and the successful accomplishment of real world missions with an increased level of safety. Scope of Requirement 1.CPS-FLOAT-TFSS-5326, Tactical Flotation Support System, 40 Each Tactical flotation support systems are sold as a set of two each (left and right). Color has not been specified and will provided to the vendor at the time of award. 2.CPS-FLOAT-TFSS-CO2-2, 38 Gram CO2 Cartridge, 40 Each Used in conjunction with CPS-FLOAT-TFSS-5326. IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide an equal product that meets all of the features and functionality of the CPS items or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for CPS. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information/quotes received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by logging onto the CCR web site at http://www.ccr.gov. 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. 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 Shipping must be free on board (FOB) 129 RQW, Moffett Field, CA 94035-0103 which means that the seller must deliver the goods on its conveyance to 129 RQW or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order. Quotes must include the following items listed within the quote: Quote MUST be valid for 60 calendar days after date of submission. Vendor Tax ID Number (TIN) and CCR Cage Code. All items to be shipped FOB destination. Availability of shipment based on date of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-10-R-7008/listing.html)
- Place of Performance
- Address: 129 RQW, Base Contracting P.O. Box 103, Stop 28 Moffett Field CA
- Zip Code: 94035-0103
- Zip Code: 94035-0103
- Record
- SN02205084-W 20100716/100714234538-f11b99f6534c902d72e141364d4aedee (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 |