SOLICITATION NOTICE
42 -- Vertical Lift Rescue Sled System
- Notice Date
- 9/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060414T3146
- Point of Contact
- RYAN FERNANDEZ 8084737921
- E-Mail Address
-
RYAN.FERNANDEZ@NAVY.MIL
(RYAN.FERNANDEZ@NAVY.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and FAR subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes as the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION IS NOT AVAILABLE. This request for quotation number is N00604-14-T-3146. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140828. It is the responsibility of the Offeror to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339999 and the small business standard is 500 employees. The proposed contract is 100% set aside for small business. The Small Business Office concurs with the set-aside decision. The proposed contract action is for a brand name or equal product. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. The brand name, model number, and salient characteristics of the product are: Med Sled MSVLRSYS36 Vertical Lift Rescue Sled System. Includes sled, backpack, straps, tagline kit, and floatation system. 1) Needs to be a complete set, pre assembled in a single bag convenient for quick deployment. 2) Brown or green in color for multiple environments in different countries. 3) Has the ability to float for ocean recovery operations. 4) Has the ability for land recovery operations. 5) Has vertical and horizontal lift capabilities. 6) Has built in patient restraint scheme for patient stability. 7) Has tagline kit for transport. 8) At least 36 inches in width, 100 in length. 9) At least 9,000 pounds rated for lift. 10) At least 4,000 pounds rated for buckles. The components of the system are available to view at http://www.medsled.com/military-vl-rescue/ The NAVSUP Fleet Logistics Center requests responses from qualified sources capable of providing 30 EACH to be delivered FOB Destination to Joint Base Pearl Harbor-Hickam, Hawaii 96853. The following FAR provisions and clauses by reference are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 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- SAM 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses by reference are applicable to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control Of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law Fiscal Year 2014 Appropriations (Deviation 2014-O0009) 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontract for Commercial Items 252.247-7023, Transportation of Supplies by Sea Offerors shall include with their quote a completed copy of: 1) 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items; and 2) 252.209-7993, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law Fiscal Year 2014 Appropriations (Deviation 2014-O0009). This announcement will close with quotes due at 2:00PM, Hawaii Time on Friday, September 19, 2014. Offerors shall email quotes to the Contract Specialist, Ryan Fernandez via email at ryan.fernandez@navy.mil. Quotes shall remain valid for 30 days after the close date. Questions concerning the solicitation must be emailed to the Contract Specialist no later than 9:00AM, Hawaii Time on Thursday, September 18, 2014 to be considered. Offerors must be registered with SAM to be considered for award. The resultant contract will be firm fixed-price, and award will be based on lowest price technically acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3146/listing.html)
- Record
- SN03512988-W 20140918/140916235406-21426fc8c82fae3f55a9e40a6c39df86 (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 |