COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS
42 -- HOLSTERS FOR PASSENGER HELICOPTER AIRCREW BREATHING DEVICE SYSTEM
- Notice Date
- February 1, 2001
- Contracting Office
- Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg. 441, Unit 7, 21983 Bundy Road, Patxuent River, MD 20670-1127
- ZIP Code
- 20670-1127
- Solicitation Number
- N00421-01-R-0109
- Response Due
- February 26, 2001
- Point of Contact
- Denice Cribb, Contract Specialist (301)757-8943
- E-Mail Address
- Click here to contact the Contract Specialist via (cribbdb@navair.navy.mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD has a requirement to procure a total quantity of 9,000 holsters (including 25 samples for first article testing) for use as part of the Passenger Helicopter Aircrew Breathing Device System. The holster is designed to hold the SRU-40A/P and SRU-40B/P Helicopter Aircrew Breathing Device (HABD). It is universally compatible for use on the Pouch Type Preserver (PTP), LPP-1/1A Preserver and the LPU-32/P Preserver. The system provides breathable air for the wearer to assist in escaping from a submerged helicopter. Holsters will be manufactured based on the Government provided design. The holster has a sleeve to accept the HABD bottle and a flap compartment to hold the hose. The HABD first-stage regulator is secured by a flap. The holster includes snap fasteners to allow it to be fastened to the life preserver. A copy of the complete purchase description (PD) and item drawings is provided at the NAVAIR Home Page which can be accessed at http://www.navair.navy.mil/business/business.cfm. Access Doing Business With Us, Open Solicitations then N00421-01-R-0109. Two product demonstration models must be submitted with cost data and certifications and representations. All deviations from required materials or procedures must be specified/itemized. Delivery of first article samples (100% representative of the end product) shall be made as specified in FAR 52.209-4 (below). Following the approval date of first article testing, delivery of the approved production quantities shall commence within 45 calendar days at a rate of at least 2,250 each per month until complete. Required delivery quantities and locations are specified at the above website. All shipments are F.O.B. destination. In addition, part numbers MS27983-1, MS27983-2, MS27983-3 and MS27983-4 are available from the following 2 sources: (1) ACA Corporation, P.O. Box 196 MO, Shrewsbury, MA 01545, 508-842-2700 / (2)Scoville Fasteners, Inc., P.O. Box 44, Clarksville, GA 30523, 888-726-8455 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation Number N00421-01-R-0109 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil This is a total small business set-aside. The associated NAICS code is 315999 and the small business size standard is 500 employees. FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. In addition to a technical description of the item being offered, the offeror must submit two product demonstration samples and identify any applied deviations to the samples from the purchase description. FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) is incorporated in full text as follows: (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: (i) *Acceptability of both product demonstration models on a pass / fail basis; (ii) past performance; (iii) price. (*Note: The Government will consider a product demonstration model to be acceptable if it meets the specified dimension tolerance specified in paragraph 3.7 of the PD, does not contain any major defects as defined in paragraph 4.4.2 of the PD, and contains less than four (4) minor defects as defined in paragraph 4.4.2 of the PD, excluding markings.) All evaluation factors other than price, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERICIAL ITEMS (OCT 2001) Alternate I (Oct 2000) is incorporated by reference. The full text of this clause is posted on the above web-site. Offerors shall submit a completed copy of the representations and certifications at FAR 52.212-3 with the proposal submission. Also posted at the above web-site is the full text of the Offeror Representations and Certifications (52.212-3 & 252.212-7001 incorporated by reference below). FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (MAY 1999) is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.212-4: (1) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000) (2) 52.209-4 -- First Article Approval -- Government Testing (Sep 1989) / w/fill-in for paragraphs (a) and (b) as follows: (a) The Contractor shall deliver 25 holsters within 45 calendar days from the date of this contract to the Government at contractor facility for first article tests ". (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article " (3) 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996) (4) 52.247-34 -- F.O.B. Destination (Nov 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (AUG 2000) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor and (3) 52.233-3, Protest After Award. (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) (1) 52-203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (2) 52.219-8, Utilization of Small Business concerns; (3) 52-222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.225-13, Restriction on Certain Foreign Purchases; (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (c) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components (1)52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preferences for Privately Owned U.S.-flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 1995) DFAR 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7001, Buy American Act and Balance of Payment Program; (2) 252.225-7007, Buy American Act-Trade Agreements Balance of Payments Program; (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252.227-7015, Technical Data-Commercial Items; (5) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (6) 252.243-7002, Certification of Requests for Equitable Adjustment. (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I. The Government intends to conduct a pre-award survey. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at http://ccr.edi.disa.mil/. The proposal, two product demonstration models and completed representations and certifications is due by 26 February 2001 to Denice Cribb, Contract Specialist, 2.5.1.3.2.1, e-mail cribbdb@navair.navy.mil, phone (301) 757-8943, Fax (301) 757-8959: **END OF SYNOPSIS/SOLICITATION #N00421-00-R-0109.
- Web Link
- Click here to download Purchase Description and Drawings (http://www.navair.navy.mil/business/business.cfm)
- Record
- Loren Data Corp. 20010205/42SOL001.HTM (W-032 SN50C4X2)
| 42 - Firefighting, Rescue and Safety Equipment Index
|
Issue Index |
Created on February 1, 1988 by Loren Data Corp. --
info@ld.com
|
|
|
|