Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
SOLICITATION NOTICE

78 -- Javelin Non-Standard Parachute Systems and European Spec Altimeter Test Set or equal - RFQ

Notice Date
9/27/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, SOCAFRICA, GEB ZIM 116, PLEINEGER STR 289, STUTTGART-MORINGEN DE 70567, Germany
 
ZIP Code
00000
 
Solicitation Number
RFQ19AN0001
 
Archive Date
10/14/2019
 
Point of Contact
Alex Norris, Phone: +49 711 729 5340, Ricardo A. Bailey, Phone: +49-711-729-2745
 
E-Mail Address
alex.t.norris.mil@socom.mil, ricardo.a.bailey.mil@socom.mil
(alex.t.norris.mil@socom.mil, ricardo.a.bailey.mil@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Combined Synopsis/Solicitation: Request For Quotation (RFQ): Solicitation # RFQ19AN0001 Solicitation Title: Javelin Non-Standard Parachute Systems and European Spec Altimeter Test Set or equal RESPONSE DUE DATE: 29 Sep 2019, 3:00PM EST REQUIRED DELIVERY DATE: 5 months after delivery of contract (ADC) In effect through Federal Acquisition Circular: FAC 2019-06 and DPN 20190913 NAICS: 339920, no set-aside, FOB: Destination, DPAS and assigned rating: Not Applicable CLIN Item Description Qty Units Unit Price Total Price 0001 Javelin Odyssey Non-Standard Parachute Systems which includes pinstripes, ringed harness, sky hook, PD Sabre2 main parachute 150 (3), PD Spectre main parachute 190 (1), PD Reserve parachute 143 (1), PD Reserve parachute 160 (3), Cypres 2AAD-Expert one pin. OR EQUAL. TO INCLUDE DELIVERY OCONUS 4 Sets = 8 each 4 / SETS / $ 0002 Military Altimeter Test Chamber 220 Volt configuration or equal. TO INCLUDE DELIVERY OCONUS 2 / EA $ TOTAL PRICE: $ Expected Delivery Date: BUSINESS INFORMATION BUSINESS NAME: DUNS NUMBER: CAGE CODE: POINT OF CONTACT: NAME: TITLE: PHONE: E-MAIL: DELIVERY INFORMATION Location: NSWU 2, UNIT 30401, APO, AE 09107 Required Delivery Date: 5 months after delivery of contract (ADC) CONTRACTING OFFICER Primary: TSgt Alex Norris Alternate: SFC Ricardo A. Bailey Email: alex.t.norris.mil@socom.mil Email: ricardo.a.bailey.mil@socom.mil Phone: +49-711-729-5340 Phone: +49-711-729-2745 QUOTE INFORMATION Quotes shall be submitted emailed to TSgt Alex Norris and SFC Ricardo Bailey prior to the RFQ due date. Late quotes will be accepted only at the Contracting Officer's discretion. Quotes must include (at minimum) 1. A completed Request for Quote (this document). 2. Specifications/data sheets/cut sheets for the items based on the bill of material as required demonstrating contractor's offer meets or exceeds the U.S. Government's requirement. Quotes that do not include the above information will be accepted at the Contracting Officer's discretion. Questions are due to TSgt Alex Norris by 3:00PM EST on 28 Sep 19. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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: Lowest Price Technically Acceptable that meets the salient physical, functional, or performance characteristics of the items from the bill of material. Price shall be evaluated for reasonableness in accordance with one or more of the techniques listed in FAR 13.106-3 (a). Technical capability will be evaluated by comparing the offeror's specifications/data sheets/cut sheets based on the bill of material to determine whether or not the proposed offer meets or exceeds the Government's requirement. Warranty & Maintenance. a) Contractor shall include the manufacturer provided warranty for all items. i) Contractor provided warranty terms and conditions will be included in resulting contract. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following clauses are hereby included by reference: 52.203-12, Limitation On Payments To Influence Certain Federal Transactions 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.211-6, Brand Name or Equal 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, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking Persons 52.222-54, Employment Eligibility Verification 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 The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: 52.203-16, Preventing Personal Conflicts of Interest 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information 52.209-7, Systems Information Regarding Responsibility Matters 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals 52.225-17, Evaluation of Foreign Currency Offers 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-4, Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.222-7002, Compliance with Labor Laws (Overseas) 252.225-7041, Correspondence in English 252.225-7048, Export-Controlled Items 252.225-7043, Antiterrorism/Force Protection for Defense 252.225-7980, (Dev) Contractor Personnel Performing in the United States Africa Command Area of Responsibility. (DEVIATION 2016-O0008) 252.225-7993, (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) 252.229-7000, Invoices Exclusive of Taxes or Duties 252.229-7007, Verification of United States Receipt of Goods 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7008, Assignment of Claims (Overseas) 252.232-7010, Levies on Contract Payments 252.233-7001, Choice of Law (Overseas) 252.244-7000, Subcontracts for Commercial Items 52.209-7, Systems Information Regarding Responsibility Matters 252.211-7003 Item Unique Identification and Valuation. 252.229-7001, Tax Relief. Alternate I. 252.229-7002, Customs Exemptions (Germany). IAW FAR 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/these address(es): https://www.acquisition.gov IAW FAR 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/these address(es): https://www.acquisition.gov Bill of Material: Military Altimeter Test Chamber 220 Volt configuration Part # TC10200 or equivalent 2 Each JAVELIN ODYSSEY HARNESS/CONTAINER: Non-Standard Parachute Systems Part # R10035 or equivalent 4 Sets = 8 each 4 Sets PINSTRIPES 4 Each RINGED HARNESS 4 Each SKY HOOK 4 Each PD SABRE2 MAIN PARACHUTE 150 Part # C201150 or equivalent 1 Each PD SPECTRE MAIN PARACHUTE 190 Part #C97190 or equivalent 3 Each PD RESERVE PARACHUTE 143 Part # E84143 or equivalent 1 Each PD RESERVE PARACHUTE 160 Part # E84160 or equivalent 3 Each CYPRES 2 AAD - EXPERT ONE PIN Part # I1501 or equivalent 4 Each DELIVERY INFORMATION (ADDENDUM TO FAR 52.212-4) 1. Delivery location and time. a. LOCATION: See Schedule b. Delivery: NSWU 2 UNIT 30401 APO, AE 09107 c. The contractor shall contact the Receiving Officer PRIOR to delivery for coordination, inspection and approval. 2. Receiving officer: Scott Rodberg: 431-2975 / scott.rodberg@socom.mil Jaime Ibarra: +49 0703-115-3533 / Jaime.ibarra@socom.mil SOCAFRICA Contracting Officer Email: SOCAFRICA.HQ.J42.NWACONTRACTING.mbx@socom.mil 3. Monthly Performance Based Payments are not Authorized INSPECTION AND ACCEPTANCE 1. Prior to final delivery, an inspection for condition, quality, quantity, and final inspection of the supplies delivered under this contract will be conducted by the receiving officer. 2. (For Government use ONLY) The receiving unit will complete a DD Form 250, material inspection and receiving report, and forward to the contracting officer NLT 24 hours after the receipt of supplies or completion of services. 3. (For Government use ONLY) The receiving unit will notify the contracting officer within 24 hrs of any order not received, damaged in transit, or not conforming to the specifications of the order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd7befb6c931e6b7845ce3a50903765c)
 
Place of Performance
Address: NSWU 2, UNIT 30401, APO, AE, Non-U.S., 09107, Germany
 
Record
SN05462783-W 20190929/190927231025-fd7befb6c931e6b7845ce3a50903765c (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.