Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
SOLICITATION NOTICE

42 -- CV-22 Life Saving Equipment - F3BTS13129A001 Combo

Notice Date
6/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3BTS13129A001
 
Archive Date
8/6/2013
 
Point of Contact
Claire Hammond, Phone: 011441638522407, Sonya Plumley, Phone: 01638 52 2353
 
E-Mail Address
claire.hammond.gb@us.af.mil, sonya.plumley@lakenheath.af.mil
(claire.hammond.gb@us.af.mil, sonya.plumley@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F3BTS13129A001 Combo General Information: Document Type: Combined Synopsis/Solicitation Solicitation Number: F3BTS13129A001 Posted Date: 20 June 2013 Original Response Date: 22 July 2013 Classification Code: 4240 - Safety and Rescue Equipment Set Aside: N/A NAICS Code: 339113- Life preservers manufacturing Contracting Office Address Department of the Air Force, United States Air Force Europe. 48 CONS/LGCA - Lakenheath, RAF Lakenheath Unit 5070 Box 270 RAF Lakenheath, UK, 09461-0270. Description COMBINED SYNOPSIS/SOLICITATION - CV-22 Life Saving Equipment I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation, RFQ Ref. # F3BTS13129A001 is issued as a request for quotation. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 dated 28 February 2013 and Defense Federal Acquisition Regulation DPN 20130522effective 22 April 2013. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code associated with this requirement is 339113- Life preservers manufacturing V. This combined synopsis/solicitation is for the following commodities: CLIN 0001 -CV22 Life Saving Equipment, Brand Name or Equal(Pictures and specifications of "OR EQUAL" items must be submitted for each item if quoting on items other than brand name) VI. Description of requirements: Please see attachment titled "Characteristics" for further break out of requirement. VII. Delivery: 45 Days ARO FOB Destination. Shipping Points (Dependent on Shipping Origin and weight): 1.(From the US and under 500 lbs) New Cumberland Consolidation Point in Pennsylvania Containerization Consolidation Point DDSP 2001 Normandy Drive New Cumberland, PA 17070-5001 2. (In country delivery address) 352 SOG Unit 8815, Box 250 RAF Mildenhall, Bury St Edmunds, Suffolk, IP28 8NF Attn: SSgt Oscar Gonzalez VIII. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), and its addenda as it applies to this acquisition. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) does apply to this acquisition. 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price. X. Offerors should include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2012). XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. XII. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2013) (Deviation). XIII. No additional requirements or terms and conditions apply to this acquisition. XIV. Defense Priorities and Allocations System (DPAS) assigned rating is: none. XV. Quotes are required to be received no later than 08:00 am CDT, Central Daylight Time or 01:00 pm BST, British Summer Time, on Monday, July 22, 2013 and must include the following: Company name; address; phone numbers; itemized quote; technical specifications. All quotes should remain valid until 30 August 2013. Quotes should be emailed to claire.hammond.gb@us.af.mil or sonya.plumley@us.af.mil. XVI. Please direct any questions regarding this solicitation to: Claire Hammond, Contract Specialist, Phone (011) (44) 1638 522407, Email claire.hammond.gb@us.af.mil Sonya Plumley, Contract Specialist, Phone (011) (44) 1638 522353, Email sonya.plumley@us.af.mil Addenda to 52.212-1 Addenda As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 to make this Request For Quotation compliant with FAR Part 12 & 13 solicitation procedures: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (FEB 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. Characteristics All items listed are Lifesaving Systems Corp Description Item Number Quantity Unit Rescue Seat w/ Float Modification LSC 420-A 5 Each Quick Strop LSC 214 5 Each Rescue Strop LSC 216 5 Each Hoisting Sling Assembly LSC 190 5 Each Ethafoam Chest Pads, LSC 103-3 5 Pair Chest Pad Covers LSC 103-4 5 Pair Ethafoam Half Logs, LSC 103-1 5 Pair Half Log Covers, LSC 103-2 5 Pair 406-TIF Medevac IIA, Titanium w/ Float Kit LSC 406-TIF 5 Each Flotation Back Pad LSC 103-6 5 Each Cover for #406 Litter LSC 408 5 Each Narrow Flotation Kit LSC 103 5 Each Patient Restraint Straps LSC 140 5 Set Trail Line Assembly, LSC 220-L 5 Each Shot Bag w/ Hook, LSC 220-4 5 Each Retainer Straps LSC 150 5 Each
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3BTS13129A001/listing.html)
 
Place of Performance
Address: RAF Mildenhall, RAF Mildenhall, Non-U.S., United Kingdom
 
Record
SN03095649-W 20130622/130620235649-8411530e8370a58dfe47d0e3b2cd416c (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.