Federal Bid

Last Updated on 30 Apr 2014 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

FLOATATION TANKS

Solicitation ID H92244-14-T-0156
Posted Date 01 Apr 2014 at 7 PM
Archive Date 30 Apr 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0156. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effective 30 January 2014. This procurement is unrestricted and the associated North American Industry Classification System (NAICS) code is 334510 with a standard business size of 500 employees. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

CLIN 0001 FLOATATION TANK
MFR: I-SOPOD ®
QTY: 1 EACH

CLIN 1001 (OPTION) FLOATATION TANK
MFR: I-SOPOD ®
QTY: 1 EACH

CLIN 2001 (OPTION) FLOATATION TANK
MFR: I-SOPOD ®
QTY: 1 EACH

CLIN 3001 (OPTION) FLOATATION TANK
MFR: I-SOPOD ®
QTY: 1 EACH

FIRM FIXED PRICE

FOB DESTINATION: VIRGINIA BEACH, VA, 23461

SECTION C Specifications

Brand name or equal: i-sopod® Floatation Tank

A floatation tank that is used for floatation therapy to promote relaxation, recovery, resiliency and Restricted Environmental Stimulus Technique (R.E.S.T.)

Capacity:
220 gallons

Minimum Outside Dimensions:
Width: 5 ft
Length: 8 ft
Height: 4 ft

Minimum Inside Dimensions:
Width: 4.5 ft
Length: 7.5 ft

Construction:
Fiberglass

System Requirements:
Filtration system minimum requirement
1 micron filtration
¾ HP pump
110v/240v - 50hz/60hz
Automatic disinfection

Water Heater
Titanium flow-through heater with remote control

Lighting
Interior lighting with remote control

Internal Sound system
MP3/SD sound system with remote control
Must be able to receive MP3/MP4 external devices

SECTION I Clauses
FAR 52.202-1 Definitions Nov 2013
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Nov 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014
FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item Mar 1989
FAR 52.219-8 Utilization of Small Business Concerns Jul 2013
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009
DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jan 2014
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Jun 2013
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
SOFARS 5652.252-9000 Notice of Incorporation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan 1999
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Nov 2013
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

 

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: [email protected].

Quotes must be received no later than 10:00am Eastern Standard Time (EST) on Tuesday, 15 April 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

To expedite contract award, please include the following with your quote:
POC Name, phone & email address
Cage Code
DUNS number
Tax ID number
Availability/Delivery Lead Time for each item

Point of Contact for this solicitation is Courtney Greco at [email protected] or phone (757) 862-9471 or fax to (757) 862-9478.

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Sep 2011 at 2 PM
Location Unknown 08 Sep 2017 at 1 PM
New cumberland Pennsylvania 25 Mar 2021 at 4 AM
Location Unknown 11 Feb 2022 at 5 AM
Location Unknown 19 Jul 2021 at 4 AM

Similar Opportunities

Redstone arsenal Alabama 17 Jul 2025 at 10 PM
Hanscom air force base Massachusetts 11 Jul 2025 at 7 PM
Hanscom air force base Massachusetts 11 Jul 2025 at 7 PM
Hanscom air force base Massachusetts 11 Jul 2025 at 7 PM
Hanscom air force base Massachusetts 11 Jul 2025 at 7 PM