Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

BAGS

Solicitation Number: H92244-09-T-0133
Agency: Other Defense Agencies
Office: U.S. Special Operations Command
Location: Naval Special Warfare Development Group
  • Print
:
H92244-09-T-0133
:
Combined Synopsis/Solicitation
:
Added: Mar 11, 2009 8:39 am Modified: Mar 13, 2009 11:36 amTrack Changes

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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0133, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The anticipated award date is on or about 25 Mar ‘09.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective 17 Feb. ‘09.


This procurement is 100% small business set aside and the associated NAICS code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.


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


Section B Schedule of Supplies and Services


Manufacturer : London Bridge Trading


CLIN 0001 LBT-1568B Standard Medium Loadout Bag without wheels, Color - Black  Qty - 75 ea


CLIN 0002 LBT-0158A Large Loadout Bag without wheels, Color - Black  Qty- 75 ea


F.O.B. Destination


Section C Specifications


LBT-1568B Standard Medium Loadout Bag without wheels.
- Overall dimensions:30"L X 15" W X 13" H, main compartment lined with vinyl for strength and weather, wrap around reinforced carry handles, document windows, four large exterior zippered pockets, heavy vinyl reinforced corners and three sided zippered opening with rain flap.


LBT-0158A Large Loadout Bag
- Size 40"L X 15"W X 12"H, empty weight of 4.5 lbs., main compartment: 7200 cubic inches, document windows, top carrying handles, side carrying handles, durable and compressible for tight loading, 4 outside separate pockets-13"L X 3"W X 10"H



Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jul 2004
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 52.203-8 Cancellation, Rescission and Recovery of funds for Illegal or Improper Activity Jan 1997
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-7 Central Contractor Registration Apr 2008
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006
FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-1 Instructions to Offerors-Commercial Items Jun 2008
FAR 52.212-2 Evaluation Commercial Items Jan 1999
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jun 2008
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Oct 2008
FAR 52.212-5
(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2009
FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003
FAR 52.219-8 Utilization of Small Business Concerns May 2004
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008
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 Jun 1998
FAR 52.222-.37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006
FAR 52.222-50 Combating Trafficking in Persons Aug 2007
FAR 52.232-11 Extras Apr 1984
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.232-36 Payment by Third Party May 1999
FAR 52.233-1 Disputes Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52.237-7 Indemnification and Medical Liability Insurance Jan 1997
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.242-15 Stop Work Order Aug 1989
FAR 52.244-6 Subcontracts for Commercial Items Dec 2008
FAR 52.246-25 Limitation of Liability - Services Feb 1997
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) Apr 1984
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-6 Authorized Deviations In Clauses Apr 1984
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.211-7003 Item Identification and Valuation Aug 2008
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Request for Equitable Adjustment Mar 1998
SOFARS 5652.233-9000 Independent Review of Agency Protest Jan 2005
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998


CLAUSES INCORPORATED BY FULL TEXT


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


All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov


52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical competence and Price. Government will award this contract based on best value to the government.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jun 2008
FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999
FAR 52.222-25 Affirmative Action Compliance Apr 1984
FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec 2004
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
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
DFARS 252.212-7000 Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005


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 Leigh Walker, telephone (757) 893-2713.


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:
Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil


Quotes must be received no later than 4:00 PM. Eastern Standard Time (EST) on 20 Mar 2009. 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 Central Contractor Registration (CCR) website at http://www.ccr.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 Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299


Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957.


 


:
1636 Regulus Avenue, Building 313
Virginia Beach, Virginia 23461-2299
:
1636 REGULUS AVE.
VIRGINIA BEACH , Virginia 23461
United States
:
Josephine Ocampo
Phone: 757-893-2797
Fax: 757-893-2957