Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2014 FBO #4649
MODIFICATION

16 -- Advanced Parachute Systems

Notice Date
8/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-14-Q-0381
 
Archive Date
9/9/2014
 
Point of Contact
Christopher T. Vilmont, Phone: 5202281846, Amanda K. Wesson, Phone: 5202283873
 
E-Mail Address
christopher.vilmont@us.af.mil, amanda.wesson@us.af.mil
(christopher.vilmont@us.af.mil, amanda.wesson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. Solicitation FA4877-14-Q-0381 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-76, Defense Circular Number 20140805, and Air Force Acquisition Circular 2014-0421. This procurement is being issued as a 100% small business set aside. The Associated North American Industrial Classification Standard (NAICS) code for this request is 314999 with a size standard 500 employees or under. The results of this requirement will be a firm fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule as brand name. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001- 2 (each) Fully assembled advanced parachute systems, consisting of: Vector 3 Container/Harness - Multicam Pattern, Soft Cutaway/Reserve Handles, Skyhook RSL, and Adjustable Main Lift Web; Performance Design Silhouette Main Parachute (190 Sq. Ft.)- Grey, Micro Lines, S-Links, Collapsable Pilot Parachute with Leather Hackey, and Collapsable Slider; Performance Design Optimum Reserve Parachute; and CYPRES 2 expert (1Pin) ADD CLIN 0002- 6 (each) Fully assembled advanced parachute systems, consisting of: Vector 3 Container/Harness - Multicam Pattern, Soft Cutaway/Reserve Handles, Skyhook RSL, and Adjustable Main Lift Web; Performance Design Silhouette Main Parachute (210 Sq. Ft.)- Grey, Micro Lines, S-Links, Collapsable Pilot Parachute with Leather Hackey, and Collapsable Slider; Performance Design Optimum Reserve Parachute; and CYPRES 2 expert (1Pin) ADD CLIN 0003- 4 (each) Fully assembled advanced parachute systems, consisting of: Vector 3 Container/Harness - Multicam Pattern, Soft Cutaway/Reserve Handles, Skyhook RSL, and Adjustable Main Lift Web; Performance Design Silhouette Main Parachute (230 Sq. Ft.)- Grey, Micro Lines, S-Links, Collapsable Pilot Parachute with Leather Hackey, and Collapsable Slider; Performance Design Optimum Reserve Parachute; and CYPRES 2 expert (1Pin) ADD CLIN 0004- 8 (each) Fully assembled advanced parachute systems, consisting of: Vector 3 Container/Harness - Multicam Pattern, Soft Cutaway/Reserve Handles, Skyhook RSL, and Adjustable Main Lift Web; Performance Design Silhouette Main Parachute (260 Sq. Ft.)- Grey, Micro Lines, S-Links, Collapsable Pilot Parachute with Leather Hackey, and Collapsable Slider; Performance Design Optimum Reserve Parachute; and CYPRES 2 expert (1Pin) ADD THIS REQUIREMENT IS A BRAND NAME PER ATTACHED J&A. Shipping will be FOB Destination to 48 Rescue Squadron, 4625 S. Phoenix St., DMAFB, Tucson, AZ. 85707. The shipment should be marked for Mrs. Becky Adams or Mrs. Maria Pasamante. Provision 52.252-1, Solicitation Provisions Incorporated by Reference - This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ Clause 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 address: http://farsite.hill.af.mil/ Provision 52.204-7, System for Award Management Provision 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on price. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.204-13, System for Award Management Maintenance Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Provision 52.219-1, Alt. I, Small Business Program Representations Provision 52.222-25, Affirmative Action Compliance Provision 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Provision 252.204-7004 Alt A, System for Award Management applies to this acquisition. Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt Col Tonney Kaw-uh, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-5372, fax: (757) 764-4400, email: tonney.kawuh@us.af.mil. Any questions pertaining to this acquisition shall be asked no later than Thursday, 21 August 2014, 9:00 AM Local Arizona Time. Questions shall be sent to A1C Christopher Vilmont via email at christopher.vilmont@us.af.mil or fax at (520) 228-5284, or A1C Amanda Wesson via email at amanda.wesson@us.af.mil. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Monday, 25 August 2014, 9:00 AM Arizona Local Time. Point of Contact is: A1C Christopher Vilmont email: christopher.vilmont@us.af.mil phone: (520) 228-1846 fax: (520) 228-5284, or A1C Amanda Wesson email: amanda.wesson@us.af.mil phone: (520) 228-3873 fax: (520) 228-5284. If faxing a quote please call for confirmation that quote was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-14-Q-0381/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN03467271-W 20140817/140815235749-cda0f63402db635d98112a53ae044936 (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.