MODIFICATION
16 -- Parachutes and Javelin Odyssey Containers
- Notice Date
- 9/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-12-R-0012
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Curtis Arthur II, 928-328-2978
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(curtis.arthur@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment is being issued to uploaded the redacted Justification and Approval (J&A) for this requirement. 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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name Only. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61, Effective 13September 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 201200906 (Effective 06 September 2012) Edition. This contract will be awarded as a Firm Fixed Price (FFP) award. Payment will be made through Wide Area Work Flow (WAWF). This requirement will be a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 314999 with a size standard of 500 employees. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) website have been replaced with SAM as of 30 July 2012. All responding vendors must submit their Registration and Representations and Certification with their quote. Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. The manufacturers of the Brand Name Only items that are being solicited are Sun Path Products, Inc., 404 W. Edinborough Ave, Raeford, NC 28376-2832 USA; Precision Aerodynamics, Inc., 5876 SR 28, Dunlap, TN 37327-4317 USA; and Performance Designs, Inc., 1300 E. International Speedway Blvd., Deland, FL 32724-2606 USA. The parachute systems maintained by the Military Free Fall School (MFFS) can only receive replacement parts from the following manufactures for this sole brand requirement in order to maintain integrity of the OEM requirement: Performance Designs, Precision Aerodynamics, and Sun Path Products. These companies Life Cycle Replacement Parts are covered by the United States Special Operations Command, Premeditated Air Drop Systems Approved and Authorized Use List. The quotation shall consist of the following Contract Line Item Numbers (CLINs): CLIN 0001, Quantity: 4, Unit of Issue: Each, Description: Javelin Odyssey - J3, Multi-Cam in color with Step Ins, Clear Reserve Flap, Cypress Window under Clear Flap, MFF in Silver Letters on Left Side, Ring System Harness, Phat Daddy Reserve Handle w/ Marine Eye CLIN 0002, Quantity: 5, Unit of Issue: Each, Description: Javelin Odyssey - J4, Multi-Cam in color with Step Ins, Clear Reserve Flap, Cypress Window under Clear Flap, MFF in Silver Letters on Left Side, Ring System Harness, Phat Daddy Reserve Handle w/ Marine Eye CLIN 0003, Quantity: 5, Unit of Issue: Each, Description: Javelin Odyssey - J5, Multi-Cam in color with Step Ins, Clear Reserve Flap, Cypress Window under Clear Flap, MFF in Silver Letters on Left Side, Ring System Harness, Phat Daddy Reserve Handle w/ Marine Eye CLIN 0004, Quantity: 3, Unit of Issue: Each, Description: Javelin Odyssey - J6, Multi-Cam in color with Step Ins, Clear Reserve Flap, Cypress Window under Clear Flap, MFF in Silver Letters on Left Side, Ring System Harness, Phat Daddy Reserve Handle w/ Marine Eye CLIN 0005, Quantity: 5, Unit of Issue: Each, Description: Reserve Parachute Canopy, R-Max 168, Color: Light Blue CLIN 0006, Quantity: 4, Unit of Issue: Each, Description: Reserve Parachute Canopy, R-Max 188, Color: Light Blue CLIN 0007, Quantity: 5, Unit of Issue: Each, Description: Reserve Parachute Canopy, R-Max 208, Color: White CLIN 0008, Quantity: 2, Unit of Issue: Each, Description: Reserve Parachute Canopy, R-Max 228, Color: White CLIN 0009, Quantity: 13, Unit of Issue: Each, Description: Spectre 170 with 825 Micro Lines with Slinks, Draw String Sliders, Color: Navy Blue CLIN 0010, Quantity: 17, Unit of Issue: Each, Description: Spectre 190 with 825 Micro Lines with Slinks, Draw String Sliders, Color: Navy Blue CLIN 0011, Quantity: 6, Unit of Issue: Each, Description: Spectre 210 with 825 Micro Lines with Slinks, Draw String Sliders, Color: Navy Blue CLIN 0012, Quantity: 2, Unit of Issue: Each, Description: Spectre 230 with 825 Micro Lines with Slinks, Draw String Sliders, Color: Navy Blue CLIN 0013, Quantity: 25, Unit of Issue: Each, Description: Main Canopy Slinks (SM-1-SET) CLIN 0014, Quantity: 2, Unit of Issue: Each, Description: Roll of Micro Line for Brakes 1000 lbs - Roll of Raw Material CLIN 0015, Quantity: 2, Unit of Issue: Each, Description: Roll of Micro Line 825 lbs - Roll of Raw Material CLIN 0016, Quantity: 4, Unit of Issue: Each, Description: PBAG- Main Deployment Bag - J3 CLIN 0017, Quantity: 5, Unit of Issue: Each, Description: PBAG- Main Deployment Bag - J4 CLIN 0018, Quantity: 3, Unit of Issue: Each, Description: PBAG- Main Deployment Bag - J5 CLIN 0019, Quantity: 3, Unit of Issue: Each, Description: PBAG- Main Deployment Bag - J6 CLIN 0020, Quantity: 20, Unit of Issue: Each, Description: PHAND-CUTPHAT DADDY (Handle Cutaway Release Phat Daddy Tube Style) Color: Red CLIN 0021, Quantity: 60, Unit of Issue: Each, Description: PBAG-SSTOW Free Bag Safety Stow CLIN 0022, Quantity: 10, Unit of Issue: Each, Description: PRIP-PHATDADDY Ripcord Reserve PhatDaddy Tube Style, Yellow/Gold in Color with Marine Eye, Yoke size "C" CLIN 0023, Quantity: 5, Unit of Issue: Each, Description: PRIP-PHATDADDY Ripcord Reserve PhatDaddy Tube Style, Yellow/Gold in Color with Marine Eye, Yoke Size "D" CLIN 0024, Quantity: 60, Unit of Issue: Each, Description: Main Pilot Chute: PPC-KLTOHAC, with Kill Line and White Hacky, Color: Black CLIN 0025, Quantity: 20, Unit of Issue: Each, Description: DRIP-SH-RES-PIN, RSL Pins All quotes must include all items. No partial quotes will be accepted. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Delivery shall be made to United States Army Yuma Proving Ground (USAYPG), AZ 85365-9498 with FOB Destination. All quotes are due by 21 September 2012 12:00 PM MST. All inquiries shall be clearly marked with solicitation W9124R-12-R-0012 and sent by email or by facsimile to 928-328-6849. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed items. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) FAR Clauses Incorporated by Reference: 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) 52.247-34, FOB Destination (Nov 1991) FAR Clauses Incorporated by Full Text: 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) 52.252-2, Clauses Incorporated By Reference (Feb 1998) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.222-50, Combat Trafficking in Persons (Feb 2009) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006, with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) The following DFARS Clauses and Provisions are incorporated by reference and apply to this acquisition: DFARS Provisions: 252.225-7000 Buy American Act-- Balance of Payments Program Certificate (Jun 2012) 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS Clauses Incorporated by Reference: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS Clause Incorporated by Full Text: 252.211-7003, Item Identification and Validation (Jun 2011) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.225-7001, Buy American Act - Balance of Payments Program (Jun 2012) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2012) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) MICC Local clauses Incorporated by Full Text: 5152.209-4000, DoD level I Antiterrorism (AT) Standards (Feb 2009) 5152.233-4000, HQ AMC Level Protest Program (Sep 2011) Attachments: Attachment 1 - FAR 52.204-99 (Deviation) SAM Attachment 2 - DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/98088c489b868b271a5264360651c9f4)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02887536-W 20120920/120919001124-98088c489b868b271a5264360651c9f4 (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 |