(10/25/12 - Solicitation is amended to include FAR 52.211-6 Brand Name or Equal)
This is a combined synopsis/solicitation for Commercial Items 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 requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0029, and 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 2005-61 effective 15 October 2012.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard 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
This is a brand name or equal procurement. If quoting equal, vendor must provide specifications.
CLIN 0001 Military MACAW Kit - with coyote brown harness with pressure gauage, with LP air connector, 4500-psi air cylinder, discharge handset/hose assembly, smoothbore nozzle, accessory pouch, funnel, 2 ea 8 oz containers Class A concentrate, operator manual
MFR: Intelagard; P/N: 46191601-V139
QTY: 2 each
CLIN 0002 Basic Nozzle Kit
MFR: Intelagard; P/N: 46191603-V969
QTY: 5 each
CLIN 0003 SwiftCAF-MP - with 4500 psi air cylinder, discharge handset/hose assembly, smoothbore nozzle, operator manual
MFR: Intelagard; P/N: 46191601-V236
QTY: 1 each
CLIN 0004 Drafting hose - SwiftCAF, 20 foot
MFR: Intelagard; P/N: 40142008-V952
QTY: 4 each
CLIN 0005 Easy DECON DF200 - Kit, 5 gallon
MFR: Intelagard; P/N: 42281601-V849
QTY: 5 each
FOB Destination
Section I Clauses
Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.204-99 DEV
|
System for Award Management Registration
|
Aug-12
|
FAR 52.211-6
|
Brand Name or Equal
|
Aug-99
|
FAR 52.211-14
|
Notice of Priority Rating for National Defense Use
|
Apr-08
|
FAR 52.211-15
|
Defense Priority and Allocation Requirements
|
Apr-08
|
FAR 52.212-1
|
Instructions to Offerors - Commercial Items
|
Feb-12
|
FAR 52.212-3
|
Offeror Representations and Certifications Commercial Items
|
Feb-12
|
FAR 52.212-4
|
Contract Terms and Conditions-Commercial Items
|
Feb-12
|
FAR 52.212-5 DEV
|
Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)
|
Feb-12
|
FAR 52.219-6
|
Notice of Total Small Business Set-Aside
|
Nov-11
|
FAR 52.222-3
|
Convict Labor
|
Jun-03
|
FAR 52.222-19
|
Child Labor Law - Cooperation with Authorities and Remedies
|
Jul-10
|
FAR 52.222-21
|
Prohibition Of Segregated Facilities
|
Feb-99
|
FAR 52.222-26
|
Equal Opportunity
|
Mar-07
|
FAR 52.222-36
|
Affirmative Action For Workers With Disabilities
|
Oct-10
|
FAR 52.222-50
|
Combating Trafficking in Persons
|
Feb-09
|
FAR 52.223-18
|
Encouraging Contractor Policy to Ban Text Messaging While Driving
|
Aug-11
|
FAR 52.232-33
|
Payment by Electronic Funds Transfer-Central Contractor Registration
|
Oct-03
|
FAR 52.232-99 DEV
|
Providing Accelerated Payment to Small Business Subcontractors (Deviation)
|
Aug-12
|
FAR 52.233-1 Alt I
|
Disputes Alt I (Dec 1991)
|
Jul-02
|
FAR 52.233-3
|
Protest After Award
|
Aug-96
|
FAR 52.243-1
|
Changes-Fixed Price
|
Aug-87
|
FAR 52.247-34
|
F.o.b. Destination
|
Nov-91
|
FAR 52.253-1
|
Computer Generated Forms
|
Jan-91
|
DFARS 252.203-7000
|
Requirements Relating to Compensation of Former DoD Officials
|
Sep-11
|
DFARS 252.203-7002
|
Requirement to Inform Employees of Whistleblower Rights
|
Jan-09
|
DFARS 252.203-7005
|
Representation Relating to Compensation of Former DoD Officials
|
Nov-11
|
DFARS 252.204-7003
|
Control of Government Personnel Work Product
|
Apr-92
|
DFARS 252.212-7001
|
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
|
Jan-12
|
DFARS 252.225-7000
|
Buy American Act-Balance of Payments Program Certificate
|
Dec-09
|
DFARS 252.225-7001
|
Buy American Act and Balance of Payments Program
|
Oct-11
|
DFARS 252.225-7002
|
Qualifying Country Sources as Subcontractors
|
Apr-03
|
DFARS 252.232-7010
|
Levies on Contract Payments
|
Dec-06
|
DFARS 252.247-7023
|
Transportation of Supplies by Sea Alt III
|
May-02
|
SOFARS 5652.204-9004
|
Foreign Persons
|
2006
|
SOFARS 5652.233-9000
|
Independent Review of Agency Protests
|
Aug-11
|
SOFARS 5652.237-9000
|
Contractor Personnel Changes
|
1998
|
SOFARS 5652-252-9000
|
Notice of Incorportation 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.af.mil
|
|
|
|
|
FAR 52.212-2
|
Evaluation - Commercial Items
|
Jan-99
|
FAR 52.212-3 Alt I
|
Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1
|
Feb-12
|
FAR 52.252-2
|
Clauses Incorporated By Reference
|
Feb-98
|
FAR 52.252-5
|
Authorized Deviations in Provisions
|
Apr-84
|
FAR 52.252-6
|
Authorized Deviations in Clauses
|
Apr-84
|
SOFARS 5652.201-9002
|
Authorized Changes Only By Contracting Officer
|
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 Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
|
SOFARS 5652.204-9003
|
Disclosure of Unclassified Information
|
Jan-07
|
(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, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
|
|
|
|
FAR 52.211-6 |
Brand Name or Equal |
Aug-99 |
FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by 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 11:00 AM Eastern Standard Time (EST) on 13 November 2012. 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 http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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.
Point of Contact for this solicitation is Courtney Greco at [email protected] or phone (757) 862-9471 or fax to (757) 862-0809.
Bid Protests Not Available