Federal Bid

Last Updated on 08 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Diving Equipment

Solicitation ID 192111VFT00000007
Posted Date 15 Sep 2011 at 3 PM
Archive Date 08 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Mission Support Dallas
Agency Department Of Homeland Security
Location United states
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 192111VFT00000007 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53, effective August 4, 2011. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 339920 and the small business size standard 500 employees.
(ii) The Government intends to award one contract for dive equipment. Items listed in paragraph iii shall be Brand Name or Equal in accordance with 52.211-6, Brand Name or Equal. Offers shall be FOB Destination pricing to Ft. Lauderdale, FL, 33301. Vendors must quote on an "all or none" basis.
(iii) Include the unit price and the extended price for all CLINs
The RFQ contains the following contract line item numbers (CLIN)s:

CLIN 0001-AGA Mask Part Number: MKIBP, Manufacturer: Interspiro, Color: Black, Description: Full Face Dive Mask with Regulator.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0002-Earphone/Microphone Assembly, Part Number: EMA-2, Manufacturer: Ocean Technology Systems, Description: Earphone and Microphone for use with AGA Mask and Communication Box SSB 2010.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0003-Communication Box, Part Number: SSB2010, Manufacturer: Ocean Technology Systems, Color: Black, Description: Radio Transceiver for use with AGA Mask and Earphone/Microphone Assembly.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0004- Dive Rite BC Package to include the following items:
(1) Transpac Harness, Part Number: T3000, Manufacturer: Dive Rite, Size to be determined when ordered, Color: Black, Description Diving Harness or equal.
(2) Venture EXP Wing, Part Number: BC4200, Manufacturer: Dive Rite, Color: Black, Description: Buoyancy Bladder for use with Transpac Harness
(3) Quick Lock and Release (QLR) Weight System #16, Part Number: AC3250-16, Manufacturer: Dive Rite, Color: Black, Description Quick Release Weight Pockets for use with Transpac
(4) Crotch Strap with SS Rings, Part Number: BC1056D, Manufacturer: Dive Rite, Color: Black, Description: Crotch Strap for use with Transpac.
(5) DC Vertical Pocket, Part Number AC3203, Manufacturer: Dive Rite, Color: Black, Description: Storage Pocket for use with Transpac.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0005-Pony Bracket Quick Draw, Part Number: #AT33, Manufacturer: Trident, Color: Silver, Description: Bracket to hold pony tank to main tank.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0006-Thigh Pocket, Part Number: AC3201, Manufacturer: Dive Rite, Color: Black, Description: Storage Pocket that attaches to the thigh.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0007-Aqualung ABS Octopus, Part Number: 116920, Manufacturer: Aqualung, Color: Yellow, Description: Alternate air source 2nd stage regulator

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0008-Omni Swivel 90 Degree AGA, Part Number: OS-ELA, Manufacturer: Omni Swivel, Color: Silver, Description: 90 degrees swivel fitting for use with AGA mask.

Unit of Issue 10 Each $ _________ Total $ ___________

CLIN 0009-19 Cubic Feet Pony Tank, Part Number: S19, Manufacturer: Catalina, Color: Brushed Aluminum, Description: 19 cu. ft. tank for use with pony bracket.

Unit of Issue 10 Each $ _________ Total $ ___________

(iv) The following provisions and clauses apply to this procurement:
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.203-3, Gratuities
FAR 52.204-7, Central Contractor Registration.
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items.
FAR 52.217-8, Option to Extend Services.
FAR 52.218-9, Option to Extend the Term of the Contract
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222.19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3(ii), 52.225-13, 52.232-33
(v)FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision

(vi) FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/

(vii) This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, Simplified Acquisition Procedures. The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer is the best value and the most advantageous to the Government which is conforming to the solicitation
To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions.

(viii) Offers must be valid for a minimum of 30 days. Electronic quotes will be accepted at [email protected]. Fax quotations will be accepted at 214-905-5568. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status.

(ix) Quotes are due no later than 21 September, 2011, at 4:00 p.m. CST. No late quotes will be accepted.

(x) Quote Requirements: Quotes must include unit and extended prices for all line items, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable.

(xi) ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.

Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Mar 2019 at 4 PM
Location Unknown 01 Dec 2015 at 2 PM
Location Unknown 06 Apr 2016 at 7 PM
Washington navy yard District of columbia 02 Jan 2024 at 7 PM
Location Unknown 26 Jun 2008 at 8 PM

Similar Opportunities

New london Connecticut 31 Oct 2025 at 9 PM
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
Mechanicsburg Pennsylvania 14 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 14 Jul 2025 at 8 PM