Combined Synopsis/Solicitation
FA2521-11-Q-B008
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.
The solicitation number FA2521-11-Q-B008 shall be used to reference any written quote provided under this request for quote.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51.
This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 314999 with a size standard of 500 employees.
The required support will furnish all parts, labor, tools and transportation necessary of brand name or equal with the physical and functional salient characteristics of the following items:
Item Description Qty Unit Unit Price Total Amount
0001 SOV 3-HH 398 SOLO SYSTEM 55 each
6 RING CONTAINER, COLOR: BLACK, P/N CPS-SOV3-HH-398
Description: Weight up to 450 lbs; Max Altitude Deploy: 25,000-30,000 ft; Min Deployment: 2500 ft with Reserve 1500 ft; Physical Dimension from 56x38x14 cm to 60x38x18cm; Harness/Container weight: 15.5 lbs; Waterproof military Cypres 1 or 2 Reserve AAD setup; Main Deployment Activation: Direct Dual-Bag Static Line, Over-the-shoulder ripcord and/or BOC Hand Deploy pilot chute; Main Risers Type 7 standard or type 8; Leg strap hardware interchangeable and adjustable. Fully adjustable harness - pulley-style main lift web, adjustable diaganols, chest and strap legs; Container Material: Cordura
0002 9 CELL HYBRID MAIN 55 each
CANOPY STAINLESS STEEL HARDWARE CONFIGURED FOR WATER USE, COLOR: SILVER, P/N CPS-MS-360 M2.
Description: 360 square foot main canopy of hybrid construction using zero porosity and 0-3 CFM material. Nomex buffer with stainless hardware. Dacron suspension line. Color silver
0003 TR-375 7 CELL F111 RESERVE 55 each
CANOPY, COLOR: SILVER, P/N CPS-TR-375
Description: 8.5m span; 4m chord length; aspect ratio 2.1:1; Max deployment weight 425 lb; maximum landing weight 425 lb; forward speed 15-25 mph; nylon ripstop 0-3cfm canopy material; braided polyester suspension line; span 26.5 ft; 12.6 ft chord length; area -335
0004 SOV3-HH UTILITY POUCH 55 each
WITH 14" ZIPPER, COLOR: BLACK, P/N CPS-044-002-004
Description: spandex pouch with 33" F-111 non-collapsible pilot chute. Type IV black bridle with orange PVC handle
0005 OXYGEN POUCH- 55 each
8" ZIPPER-PHAOS 120-SOV3-HH, COLOR: BLACK, P/N CPS-044-001-003
Description: Cordura/ballistic cloth utility pouch measuring approximately 12 ½" by 6 ¾"
0006 TANDEM EXTRA LARGE 55 each
GEAR BAG (28"X20"X11") 2 FRONT POCKETS, 3 HANDLES, HEAVY ZIPPER, COLOR: BLACK, P/N CPS-GBT-004
Description: Cordura/taffeta foam oxygen bottle pouch measuring approximately 17 ½" by 6 ½"
0007 BOC POUCH (LARGE), PILOT 55 each
CHUTE AND BRIDLE FOR HAND DEPLOYMENT, P/N CPS-BOC-ASSEMBLY-LARGE
Description: Cordura equipment storage bag measuring 28" by 20" by 11". YKK zippers with reinforced handles
0008 FULL RIGGING, ASSEMBLY 55 each
AND PACK, NO DELIVERY REQUIRED (308 RQS WILL PICK UP ORDER UPON COMPLETION), P/N CPS-RIGGING COMPLETE
Preferred Delivery: Earliest Possible, but not later than 18 weeks after receipt of order.
Warranty: ________________
FOB: Destination
Ship to address: 920 RQW/DOPJ-F3KRB7
689 Rescure Road
308 RS/DOPJ
Patrick AFB, FL 32925
FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies:
RFQ: 7 Jun 11
RFQ due time: 3:00 pm
Fax RFQ to 321-494-2706 or mail to:
45th Contracting Squadron
Attn: FA2521-11-Q-B008
1201 Edward H. White II Street, MS 7200
Patrick AFB, FL 32925-3238
Email or verbal quotes are not acceptable.
All questions regarding this solicitation must be fax to 321-494-2706 by 1:00 pm 19 May 11.
All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award.
The following FAR clauses apply to this solicitation:
FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria.
FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. (Use Alternate II for SDB procurement mechanisms are authorized on a regional basis) All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal.
FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable:
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95)
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010)
FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10)
FAR 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 2011)
FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011)
FAR 52.222-3, Convict Labor (June 2003)
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)
FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Oct 2010)
FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations
FAR 52.222-50, Combating Trafficking in Persons (Feb 09) Alternate 1 (Aug 2007)
FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)
FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 08)
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)
FAR 52.233-3, Protest After Award (Aug 1996)
FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 04)
FAR 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessels
FAR 52.202-1, Definitions
FAR 52.203-3, Gratuities
FAR 52.211-6, Brand Name or Equal
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Class Deviation 2010 OOO13)(June 2010)
FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification (Sep 2010)
FAR 52.233-1, Disputes
The following DFARS clauses are applicable to this solicitation:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009)
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 05)
DFARS 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings
DFARS 252.225-7021, Trade Agreements (Aug 2009)
DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998)
DFARS 252.247-7023, Alternate II (May 2002)
The following AFFARS clause is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: [email protected].
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.