SOLICITATION NOTICE
16 -- Advanced Parachute Systems
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-14-M-K067
- Archive Date
- 9/25/2014
- Point of Contact
- Deidra O'Neal, Phone: 661-277-8777
- E-Mail Address
-
deidra.oneal@us.af.mil
(deidra.oneal@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 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. The AFTC, Systems & Logistics Branch (PZIEB) intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is 100% set-aside to small business. The North American Industry Classification System (NAICS) for this acquisition is 314999 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA9302-14-M-K067. This requirement is for the following brand name or equal: Quantity Unit Description 6 Each Performance Design (PD) Silhouette 210 6 Each PD Silhouette 230 3 Each PD Silhouette 260 6 Each PD Optimum 193-R 6 Each PD Optimum 218-R 3 Each PD Optimum 235-R 8 Each Specter (SP) Student Javelin-Odyssey 8 Each SP Spacer Foam Backpad & Legpads 8 Each SP Hackey Handle 8 Each SP Clear #3 Flap 8 Each SP Auto Activation Device (AAD) Installed on Reserve Pin Flap 8 Each SP Hook Knife 8 Each SP D-Ring Reserve Handle 8 Each 5400020 SP Red Cutaway Pillow 8 Each 5400240 SP Stainless Steel 3-Rings + Harness 8 Each 5400020 SP Standard Pilot Chute 8 Each 5400395 SP Matching Gear Bag 8 Each 3517055 Vigil-2+ AAD 1-Pin 30 Each 3514850 Cypres-2 Filter 6 Each 3205032 Cazer Zero Porosity (ZP) Pilot Chute w/ Hackey (33") 2 Each 3205032 Cazer ZP Pilot Chute w/ Hackey (35") 8 Each 5400045 SP Adjustable Main Lift Web 8 Each 5400290 SP Skyhook Reserve Static Line (RSL) Delivery: Required shipping is FOB Destination to the following Government installation: Edwards AFB CA Please provide an estimated delivery schedule and total cost for all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. All prospective offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; FAR 52.209-06, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 219-6, Notice of Small Business Set-Aside; 52.219-28, FAR Post-Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. Under DFARS 212.3 use the following clauses: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011, Alternative Line Item Structure; DFARS ¬¬¬¬¬¬¬¬¬252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea; and the clause at AFFARS 5352.201-9101, Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Greg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Pacific Daylight Time (PDT), 10 Sep 2014. Send all offers to e-mail to deidra.oneal@.af.mil, or phone 661-277-8777. To view the clauses in full text, visit www.farsite@hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-14-M-K067/listing.html)
- Place of Performance
- Address: 5 South Wolfe Avenue, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03494471-W 20140905/140904000752-6bb58a39df47516fa65945f5af5c6461 (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 |