SOLICITATION NOTICE
99 -- REPAIR EQUIPMENT - SOLICITATION
- Notice Date
- 8/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0308
- Archive Date
- 9/18/2013
- Point of Contact
- Danyiele F. Peterson, Phone: 757-862-9466
- E-Mail Address
-
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION IN ADOBE PDF FORMAT This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0308, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 01 August 2013. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. Brand Name Justification: The Naval Special Warfare Development Group (NSWDG) currently uses Wilcox Industries Corporation equipment. Wilcox Industries Corporation isoriginal equipment manufacturer (OEM). To maintain certification, SCOUT maintenance will be performed in accordance with OEM specifications. The manufacturer is Wilcox Industries Corporation. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN NO. DESCRIPTION PART NUMBER QTY UNIT OF ISSUE 0001 RING-RET. E-STYLE 3/8 X.660 X.035 F466 100 EA 0002 VALVE KNOB RETAINING NUT SPANNER ASSY 31319G01 5 EA 0003 2ND STAGE DIAPHRAGM WITH HSF LINING 20001G07 100 EA 0004 SCREW - 1/4 X 1/2 X 10-32 SHOULDER F328 25 EA 0005 SPRING COMP.345 X.5 X.03 WIRE F471 25 EA 0006 MOLEX STRAIN RELIEF ASSY 20017G01 40 EA 0007 BATTERY CAP ASSEMBLY 20001G01 20 EA 0008 HP CHANNELING POST 20001P17 50 EA 0009 LP CHANNELING POST 20001P26 50 EA 0010 FITTING MANIFOLD HP W/CROSS HOLES 20004P25-B 200 EA 0011 EMERGENCY SNORKEL PULL UP ASSY 22201G02 50 EA 0012 ADAPTER - QUICK RELEASE NATO MASK 2ND GEN 20027G01 50 EA 0013 NATO BREATHING HOSE BLANKING CAP W/ RELIEF 31200G01 75 EA 0014 O-RING 1/16 X 4.75 BUNA-N-048 F803-P-048 1000 EA 0015 FLAT WASHER NATO THREAD 20001P43 1000 EA 0016 O-RING 1/16 X 5/32 VITON - 007 F781-P-007 500 EA 0017 O-RING 1/16 X 7/16 BUNA-N- 013 F780-P-013 1000 EA 0018 O-RING.070 X 1/4 VITON - 010 BROWN F587-P-010 1000 EA 0019 O-RING 1/16 X 3/8 VITON - 012 BROWN 90D F740-P-012 500 EA 0020 O-RING 1/16 X 1/4 BUNA-N- 010 F784-P-010 500 EA 0021 O-RING 1/16 X 3/8 BUNA-N- 012 F637-P-012 500 EA 0022 O-RING 3/32 X 3/8 BUNA-N- 110 F400-P-110 500 EA 0023 O-RING 3/32 X 1 1/8 BUNA-N- 122 F630-P-122 500 EA 0024 O-RING 1/16 X 3/4 BUNA-N-018 F624-P-018 5000 EA 0025 O-RING 1/16 X 7/8 BUNA-N-020 F446-P-020 1000 EA 0026 O-RING 1/16 X 1 3/16 BUNA-N-025 F439-P-025 1000 EA 0027 O-RING 1/16 X 1 1/4 BUNA-N-026 F625-P-026 1000 EA 0028 O-RING 1/16 X 1 7/8 BUNA-N-032 F411-P-032 1000 EA 0029 O-RING 1/8 X 7/8 VITON - 212 BROWN F672-P-212 1000 EA 0030 O-RING 1/16 X 1 3/8 BUNA-N-028 F447-P-028 1000 EA 0031 O-RING 3/32 X 3/4 VITON - 116 BROWN F673-P-116 1000 EA 0032 O-RING.040 X.228 BUNA-N- 228 F228-P-228 1000 EA 0033 O-RING 1/16 X 1/2 VITON - 014 BROWN F626-P-014 1000 EA Section I Clauses Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 System for Award Management Jul-13 FAR 52.211-6 FAR 52.211-14 Brand Name or Equal Notice of Priority Rating for National Defense Use Aug-99 Apr-08 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul-13 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug-13 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul-13 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan-13 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul-13 FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug-12 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr-84 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87 FAR 52.247-34 F.o.b. Destination Nov-91 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items May-13 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun-12 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec-12 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec-12 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil FAR 52.212-2 Evaluation - Commercial Items Jan-99 (a) 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 in descending order of importance: (1)Technical Ability to meet the requirement: Offeror shall provide drawings/pictures/product literature for evaluation purposes; (2)Delivery 30 DAYS ARO; (3)Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Aug-13 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.252-2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469. SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 03 September 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Danyiele Peterson at danyiele.peterson@vb.socom.mil or phone (757) 862-9466 or fax to (757) 862-0809.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0308/listing.html)
- Record
- SN03163963-W 20130829/130827235447-b58cf29316d6bbb96145348193b8b36b (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 |