CLIN 0001- Master Pro Survival Kit or equal including the following items brand name or equal:
-Lightweight Combat Casualty Blanket (Olive/Silver).
-One pack of Wind and Waterproof Survival Matches.
-Stainless Steel Commando Wire Saw.
-"Blastmatch" Fire Starting System.
-Twelve "Tinder-Quick" Tabs from Four Seasons Survival.
-Gerber Clutch Mini Multi-tool.
-Dozier Designed KA-BAR® Folding Lock-Blade Knife.
-Rescue Flash Signal Mirror.
-Fox 40 Rescue Howler Whistle.
-Suunto Baseplate Compass.
-Photon II Lithium Powered MICROLIGHT (white light).
-Lansky® Ceramic Knife Sharpener.
-Two 17oz. Water Bags with Closure Caps.
-Fresnel Magnifying Lens.
-1 pair of Roll-Up Sunglasses.
-1 bottle of Potable Aqua Water Purification Tablets.
-Pencil and Four sheets of Waterproof Paper (4.25"x5.5").
-Flosscard® (36' of Floss for sewing, fishing, snares, lashing, oral care).
-20' of "Parachute Cord".
-Mini-Carabiner.
-20' of Stainless Steel Snare Wire.
-Heavy-Duty Canvas Sewing Needle.
-Two Scalpel Blades.
-Four Safety Pins.
-18"x18" Heavy-duty Aluminum Foil.
-Four #2 Fish Hooks; Four #4 Fish Hooks; Four #6 Fish Hooks; One 4/0 Hook (for use as a Gaff); One 1/2 inch Tack (to attach Gaff Hook); One Panfish Jig; One Stainless Steel Leader; Four Splitshot; Two Swivels; Sixty feet of 15 pound test line (Two 30 ft. lengths).
-Leader Knots and Hitches Instruction Sheet on Waterproof Paper.
-One Quart Ziplock Bag.
-Four 3" Zipties.
-One foot of Surgical Tubing.
-Four 1"x3" Bandaids; Two Butterfly Closures; One Large Bandaid.
-Two Bouillon Packets.
-Two pieces of Hard Candy.
-Survival Instruction Sheet on Waterproof Paper.
- Items should be packed with olive drab or black lanyards.
- These items must be packaged in waterproof material and vacuum sealed. Measures: 7"x5.5"x2.5" and weighs 28 ounces
Offerors must provide specifications if providing or equal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The following clauses/provisions are applicable: 52.203-16, Preventing Personal Conflicts of Interest; FAR 52.204-7, Central Contractor Registration; 52.204-9, Access to Facilities; 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items/Using SPS) incorporating the following:
- 52.203-6, Restrictions on Subcontractor Sales to Government with Alt 1;
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
- 52.219-28, Post-Award Small Business Program Rerepresentation;
- 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;
- 52.222-36, Affirmative Action for Workers With Disabilities;
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;
- 52.225-13, Restriction on Certain Foreign Purchases;
- 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration;
FAR 52.219-27 Notice to Total Service-Disabled Veteran -Owned Small Business Set-Aside. FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.209-7999, Class Deviation 2012-O0004-Prohibition Against Contracting With Corporations That Have An Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following:
-52.203-3, Gratuities;
-252.225-7001, Buy American Act and Balance of Payments Program;
- 252.225-7012, Preference for Certain Domestic Commodities;
- 252.225-7014, Preferences for Domestic Specialty Metals;
- 252.225-7016, Restrictions of Acquisition of Ball and Roller Bearings;
- 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises and Native Hawaiian Small Business Concerns;
- 252.232-7003, Electronic Submission of Payment Requests;
- 252.243-7002, Request for Equitable Adjustment;
- 252.247-7023, Transportation of Supplies by Sea, with Alt III;
- 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.
-252.225-7002 Qualifying Country Sources as Subcontractors;
- 252.246-7000, Material Inpection and Receiving Report;
-5352.201-9101, Ombudsman;
-5352.242-9000, Contractor Access to Air Force Instillations;
-Local Clause H-850, Wide Area Work Flow.
Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 1:00 P.M., Central 03 August 2012. A determination for award is six days after the due date. Send a quote by fax to (850) 882-1680, or by email to [email protected]. For questions, contact the contract administrator, SFC Matthew A. Talley at (850) 882-0362 or the contracting officer, MSgt Christopher K. Slater @ (850) 882-0344.