SOLICITATION NOTICE
99 -- Parachutes
- Notice Date
- 9/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2FT032206A001
- Archive Date
- 9/29/2012
- Point of Contact
- Daniel Mangan, Phone: 8508842083
- E-Mail Address
-
daniel.mangan@hurlburt.af.mil
(daniel.mangan@hurlburt.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 FAR 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. Solicitation Number F2FT032206A001 is hereby issued as a Request for Quotation. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 26 July 2012. This acquisition is full and open competition. The North American Industry Classification System (NAICS) code for this project is 314999, and Standard Industrial Classification (SIC) code 1670. The Size Standard for NAICS 149993 is 500 emp. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: CLIN 0001: Part#:112822-Parachute, Assy Drift 7FT,9127700-1, "or equal", consists of a deployment bag and static line assembly, the main pack container assembly, and the canopy assembly. EXTENDED DESCRIPTION- PARACHUTE, ASSY DRIFT 7FT, THESE 7' DIAMTER WIND DRIFT PARACHUTES ARE SPECIFICALLY DESIGNED FOR AERIAL PICK-UP, DELIVERY, RECOVERY AND CARGO TIE DOWN EQUIPMENT CANOPIES FOR THE ILLUMINATED RESCUE SPHERE (DISCO BALL) TO DETERMINE THE RATE OF DECENT FOR NIGHT DROPS. DEPLOYMENT BAG SHOULD BE FLAT ENVELOPE DESIGN MANUFACTURED FROM 10-OUNCE COTTON DUCK. A LOOP OF WEBBING SEWN INTO THE TOP (CLOSED END) OF THE DEPLOYMENT BAG PROVIDES AN ATTACHMENT POINT FOR THE 8/5-CORD BREAK LINK TIE BETWEEN THE DEPLOYMENT BAG AND THE APEX OF THE CANOPY. ONE END OF THE STATIC LINE IS PERMANENTLY SEWN TO THE DEPLOYMENT BAG AND COMPLETES THE ASSEMBLY. THE STATIC LINE CONSISTS OF A 15 FT LENGTH OF 1" NYLON WEBBING (MIL-W-4088, TYPE II, OLIVE DRAB). A SNAP HOOK IS ATTACHED TO THE FREE END OF THE STATIC LINE. THE 7 FT DIAMETER CANOPY CONSISTS OF 12 GORES MADE FROM NYLON CLOTH, MIL-C-7350, TYPE I, INTERNATIONAL ORANGE IN COLOUR. SIX CONTINUOUS SUSPENSION LINES ARE SECURED TO THE BAR OF THE MAIN PACK CONTAINER V-RING. THE SUSPENSION LINES ARE MADE FROM NATURAL COLOURED NYLON CORD (3 PLY, MIL-C-5040,TYPE IA). A 4" DIAMETER VENT AT THE APEX STABILIZES THE CANOPY DURING DESCENT AND IS REINFORCED WITH ORANGE ½" NYLON TAPE (MIL-T-5038, TYPE III). A 3" BREAK LINK LOOP, MADE FROM 550 LBS MBS NYLON CORD, ACCOMMODATES THE 8/5-CORD BREAK LINK TIE WHICH SECURES THE CANOPY TO THE DEPLOYMENT BAG. THE BREAK LINK LOOP IS FED THROUGH THE EQUALLY DIVIDED APEX SUSPENSION LINES AND SECURED WITH A SURGEON'S AND OVERHAND KNOT. THE ASSEMBLY WEIGHS 2 LBS AND THE PACKED DIMENSIONS ARE 9.5" LONG BY 8.5" WIDE BY 4.5" HIGH. [QYT.15] CLIN 0002: Part#:110067-Canopy, Wind Drift, 57K6000, "or equal", guide surface shape, constructed of 1.6-ounce twill weave nylon fabric. The framework of the canopy is composed of twelve 375-pound tensile strength suspension lines with core lines removed. Each suspension line originates at the single connector link and is sewn to the radial tape at the canopy skirt. EXTENDED DESCRIPTION- CANOPY, 57K6000; 12FT DIAMETER, ORANGE AND WHITE IN COLOR THESE CHUTES ARE UTILIZED FOR WIND DRIFT, AERIAL PICK-UP, DELIVERY, RECOVERY AND CARGO TIE DOWN EQUIPMENT CANOPIES ARE USED TO DETERMINE THE RATE OF DECENT FOR AIR DROPS. T.O. 14D1-2-181 (SEE ATTACHED) OPERATION AND SERVICE INSTRUCTION OF THE J-1 SPOTTER PARACHUTES. THIS WIND DRIFT DETERMINATION PARACHUTE IS DESIGNED FOR USE BY GUARDIAN ANGEL WEAPON SYSTEM (GA) TO DETERMINE THE RATE OF DECENT, WIND DIRECTION AND GLIDE TRAJECTORY WHEN DROPPED PRIOR TO "LIVE" PREMEDITATED PARACHUTE JUMPS IN SURVEYED/UN-SURVEYED AREAS. THIS CHUTE IS USED PRIMARILY FOR ROUND STATIC LINE DROPS. ALTERNATING ORANGE AND WHITE GORES ENSURE GOOD VISUAL CONTACT THROUGHOUT THE AIR DROP FLIGHT PATTERN AND WILL ASSIST IN ACCOMPLISHING PREMEDITATED PRECISION SPOT JUMPS. [QTY 30] Delivery Terms are FOB Destination for delivery to:23 STS 601 Independece Rd. HURLBURT FIELD, FL 32544-5407. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCC, Attn: SSgt Daniel Mangan, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 28 Aug 2012, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3082185A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to daniel.mangan@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quotation. 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 following factors shall be used to evaluate offers: (1) Technical (2) Price The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by if the items can meet the needs of the customer. FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). The following incorporated provisions and clauses can be found at http://farsite.hill.af.mil): FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6: Restrictions on Subcontractor Sales to the Government with Alternate I FAR 52.204-7: Central Contractor Registration FAR 52.211-6: Brand Name or Equal FAR 52.212-1: Instructions to Offerors Commerical Items FAR 52.212-2: Evaluation of Commerical Items FAR 52.222-3: Convict Labor FAR 52.219-1: Small Business Program Representations FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-28: Post Award Small Business Program Representations 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 52.225-13: Restriction on Certain Foreign Purchases FAR 52.232-33: Payment by electronic Funds-Central Contractor Registration FAR 52.233-4: Applicable Law for Breach of Contract Claim FAR 52.252-1: Solicitation Provisions Incorporated By Reference FAR 52.252-2: Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6: Authorized Deviations in Clauses DFARS 252.211-7003: Item Identification and Valuation DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7036: Buy American -Free Trade Agreement-Balance of Payments Program DFARS 252.232-7003: Electronic Submission of Payment Requests DFARS 252.225-7001: Buy American Act and Balance of Payments Program AFFARS 5352.201-9101: OMBUDSMAN FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (Deviation) also apply to this Request for Quotation. Point of contact is SSgt Daniel Mangan, Contract Specialist, Phone (850) 884-2083, email: daniel.mangan@hurlburt.af.mil; Justin Williams, Contracting Officer, (850) 884-3271, email: justin.williams@hurlburt.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT032206A001/listing.html)
- Place of Performance
- Address: Hurlburt Field AFB, Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN02879243-W 20120914/120913000523-37332bb68166b43e5adbda328270b620 (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 |