Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2020 SAM #6660
SOLICITATION NOTICE

42 -- Diving Equipment

Notice Date
2/21/2020 10:06:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
BENN4THRTBDGH0002
 
Response Due
2/21/2020 8:59:59 PM
 
Archive Date
07/11/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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. The solicitation number is BENN4THRTBDGH0002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-01-13 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Special Shipping Instructions. The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: 1st & 2nd Stage Regulator -12L X 12W (IN) -FIRST AND SECOND STAGE REGULATOR -CHROME PLATED -MARINE BRASS 1ST AND 2ND STAGE -ANU APPROVED **Must meet Navy Regulations/ be authorized for Navy use according to NAVSEA/00C ANU, 12, EA; LI 002: Twin SCUBA Manifold w/ reserve -10.75L X 6.875W (IN), -1 pc Thermo PVD Reserve ""J"" Manifold -3000 PSI, -Yoke Assembly -8.46 inch (215mm) center-to-center orientation. -Reserve J valve ready. -Mil-Spec black Physical Vapor Deposition (PVD) finish. -On/Off seat assembly built from high strength brass with nylonseat -One- piece safety assembly protected within the body of the valve. -Traditional copper crush washer sealed bonnet. -Modular access plugs (R/L) included for use as single valves. -Screw-in dip tube. Fits aluminum 80�s cylinders *Must meet Navy Regulations/ be authorized for Navy use according to NAVSEA/00C ANU, 12, EA; LI 003: J- Valve SCUBA Manifold w/ reserve -10.75L X 6.875W (IN), -3442 PSI max service pressure. -Black PVD finish. -Yoke assembly. -3/4""-14 male cylinder threads. -Reserve present. -Factory set for 3300 psi. -Fits aluminum 80s's. *Must meet Navy Regulations/ be authorized for Navy use according to NAVSEA/00C ANU, 12, EA; LI 004: Dive Knifes -Blade 4in + -Sheath included with straps -Blue Tang Titanium -Blunt Tip -Black in color -Rugged construction, 12, EA; LI 005: Dive Masks -Tempered Glass -Low volume -Single window design -Black silicone skirt -Adjustable Head Strap, 12, EA; LI 006: Dive Fins -Blade Type: Proven vented design -Heel Type: Open Heel -Strap type: Adjustable Rubber heel strap -Color: Black -Material: Rubber Quantity by size: -3x Large -3x Extra Large -3x XX-LG, 9, PR; LI 007: Dive Boots -Material: Nylon-2 Neoprene Rubber -Thickness: 5mm -Seams: Double Glued & Blind-Stitched -Closure: PK #10-Zipper -Hard Rubber Sole: Ensures Grip On Rocky & Slippery Surfaces -Vulcanized Rubber Toe & Heel Caps Protect High Wear Areas -Fin Strap Lug: Keeps Fin Strap-In-Place -Color: Black Quantity by size: -5x Size 9 -5x Size 10 -5x Size 11 -5x Size 12, 20, PR; LI 008: Dive gloves -Thickness: 2-3mm -Lot of Flexibility for Maximum Finger Dexterity -Contoured Shape Provides Comfortable Fit -Textured Non-Slip Palm for Great Grip 2-3mm Nylon-2 Neoprene: Solid Protection from Cuts, Scrapes and Stings -High-Flex Neoprene: Easy to Don and Doff -Extended Cuff Provides Ample Overlap On Wetsuit Sleeve -Seams are Sewn for Strength and Durability -Color: Black -Available in Multiple Sizes Quantity by size: -4x Small -4x Medium -4x Large -4x Extra Large, 16, PR; LI 009: Retractable Scuba Lanyard -Mini retractor size H2.0""xW1.5""xD0.6"" with an 18"" coasted stainless steel force of 20 ounces. -Designed for the perfect extension and pull for a gauge console. -Attach to the diver with Delrin snap hook or threaded stud and attaches to the console with a stainless steel split ring or nylon lanyard with a built- in quick-release buckle., 12, EA; LI 010: Diver Flash lights -Material: Polycarbonate Plastic -Lamp: 1- Maxbright LED -Lumens: 350 -Effective Range: 623' (190 meters), On Land -Batteries: 4 AA Alkaline (included) -Burn Time: 14 Hours -Depth Rating: 330' (100 meters) IPX8 -Weight: 7 oz. (203 g) -Handheld, 12, EA; LI 011: Dive Watch -Super Illuminator -Case / bezel material: Resin -Resin Band -200-meter water resistance -Mineral Glass -Shock Resistant -LED Backlight Auto light switch, selectable illumination duration, afterglow. -Flash alert Flashes with buzzer that sounds for alarms, hourly time signal, countdown timer time up alarm -Multi time (4 different cities) -World time 31 time zones (48 cities + coordinateduniversal time), daylight saving on/off, Home city / World time city swapping -1/100-second stopwatch Measuring capacity: 23:59'59.99'' Measuring modes: Elapsed time, split time, 1st-2nd place times -Countdown timer Measuring unit: 1/10 second Input range: 1 second to 24 hours (1-second increments, 1-minute increments and 1-hour increments) -Alarms 5 independent alarms (one-time or daily) -Hourly time signal -Full auto-calendar (to year 2099) -12/24-hour format -Button operation tone on/off -Regular timekeeping: Hour, minute, second, pm, month, date, day -Accuracy: �15 seconds per month -Approx. battery life: 7 years on CR2025 -Size of case/total weight: 55 X 51.2 X 17.4 mm/72 g -LED:White, 12, EA; LI 012: Depth Finder/Chartplotter -Fishfinder/Chartplotter/Depth Finder -9"" IPS Multi-Touch HD Display -High Definition Fishfinding -Built-in Broadband Sounder -Built-in CHIRP Sonar -SmartSteer� Control -C-MAP Genesis Live Onscreen Mapping -High-performance Dual- core Processor -Dual SD Memory Card Slot -Downscan Imaging -Smartphone Notifications -Dual-Channel CHIRP -Live Network Sonar -Quick Access Control Bar -NMEA 2000� Network Connectivity -Transducer Included With enhanced imaging, divers can locate lost equipment/personnel in order to conduct Salvage/ Rescue Operations, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The winning seller will receive a Bid Acceptance Notification from Unison Marketplace for use as a formal Purchase Order which will be confirmed with a Government Purchase Card (GPC) number from the card holder. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ (""Brand Name or Equal"", or ""meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as ""pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits."" When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as ""bidding exact match"", ""as specified"", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: ""Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an ""or equal"" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. Questions and attachments concerning this quote must be submitted via Unison Marketplace. Questions must be submitted no less than 24 hours prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. BIDS are to be submitted on the Unison Marketplace ONLY or they will not be accepted. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 252.212-7001 Contract Terms And Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items the following clauses in paragraph (b) 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act; and paragraph (c). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment; paragraph (d). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 days after submission. No partial bids will be accepted. All terms and conditions specified in the offeror's Master BPA still apply. Each BPA call will specify the work to be done for that particular call.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2021dc5ecdbf4b5abebf42d045d737f1/view)
 
Place of Performance
Address: Special Shipping Instructions.
 
Record
SN05568646-F 20200223/200221231658 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.