Federal Bid

Last Updated on 24 Dec 2008 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Hand Operated Combination Tool

Solicitation ID H92244-09-T-0048
Posted Date 08 Dec 2008 at 1 PM
Archive Date 24 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location United states

QUANTITY 10 EACH

This is a combined synopsis/solicitation 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 accepted and a written solicitation will not be issued.  The solicitation is issued as a Request for Quote (RFQ); the solicitation number is H92244-09-T-0048.  The Naval Special Warfare Development Group (NSWDG) has a requirement to procure a hand operated combination tool.  A Firm Fixed Price (FFP) type contract will be awarded.  All responsible sources may submit a quotation which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 effective 14 November 2008.

This procurement is 100% small business set-aside and the associated NAICS code is 339996 with a standard business size of 500 employees.  The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9.

Section B Schedule of Supplies and Services

Contract Line Item Number (CLIN) 0001 BRAND NAME OR EQUAL Hand Operated Combination Tool; Maximum Operating Pressure (Standard: 10,500 psi; Metric: 720 bar); Maximum Cutting Force (in cutting notch) (Standard 49,000 lb; Metric: 218 kN); Maximum Cutting Force (in blade center) (Standard 18,660 lbs; Metric 83 kN); Max. Spreading Force (at back of tips) (Standard 11,690 lbs; Metric 52 kN); Max. Spreading Travel (Standard 10 1/2 inches; Metric 268 mm); Weight, Ready for Use (Standard 23 lbs; Metric 10.5 kg); Dimensions, Folded (Standard 27 1/2" x 8 1/16" x 6 7/16") (Metric 698 x 205 x 163 mm); Oil Volume Required for Opening (Standard 6.7 cu. in.; Metric 110 cc); Oil Volume Required for Closing (8.4 cu. in. Metric 137 cc); Net Required Oil Volume (Standard 1.7 cu. in. Metric 27 cc); Usable Temperature Range (Standard -4 degrees Fahrenheit to 176 degrees Fahrenheit; Metric -20 Degrees celsius to +80 degrees Celsius;

Section C Specifications

Hand Operated  Combi-tool

General

The tool must be capable of withstanding a static over-load pressure of twice the working pressure.  This 2:1 over-load ratio is a requirement to provide maximum safety to the operator. The tool must be a "one-person" operated lightweight tool, which means that one person will be able to position, guide and operate the tool without the assistance of other people.  For this reason the tool will be equipped with a carrying handle, which allows the operator to keep the tool evenly balanced in all positions even with one hand. 

 

The tool must be activated by means of a rotary pump handle. For ease of operation, the handle shall have a maximum rotation of 90° in either direction The pump handle, in combination with the carrying handle, shall provide 360° access to the operator allowing operation of the tool in any position. The pump handle must be located in such a way that it can be operated, guided and supported easily by right and left handed operators without having to change the position of the hands, even when wearing gloves.

 

Carrying Handle

The distance between the pump handle and the U-shaped carrying handle will be no less than 12" (305 mm) to provide a natural position for both hands during operation and to allow for complete control of the tool.  The tool shall remain in a balanced horizontal position when held only by the carrying handle. In order to provide improved grip in all weather conditions, the carrying handle must have a non-slip surface.

 

Safety and Protection

For maximum safety of the operator all cutters, spreaders and rams shall contain a safety relief valve to protect the tool against over pressurization. The tool will have automatic, non-return check valves built in so that the tool will hold the load when the pump handle is released, whether the tool is spreading or pulling.  If pressure should drop because of interruption of the power source for any reason, the tool must hold the load.  To provide for the safety of the operator, a cover must protect all moving parts such as yoke and levers.

 

Blades

The blades of the cutter will be fabricated from high-grade tool steel, hardened to improve durability. The blades will be constructed so as to be re-grindable. The blades must be capable of shearing Æ 0.95" round stock (in the recess), Æ 1 7/8" O.D. x 0.11" tube, 1 3/4" x 1 3/4" x 3/16" square section, 2 3/8" x 1 ¼" x 3/16" rectangular section, and 3" x 3/8" steel plate.

 

Delivery is  30 days after date of contract.

FOB Point is Destination.

Inspect at Destination by Government.

Accept at Destination by Government

Section I Clauses

52.202-1

Definitions

JUL 2004

 

52.203-3

Gratuities

APR 1984

 

52.203-6 Alt I

Restrictions On Subcontractor Sales To The Government  (Sep 2006) -- Alternate I

OCT 1995

 

52.204-7

Central Contractor Registration

APR 2008

 

52.209-5

Certification Regarding Responsibility Matters

MAY 2008

 

52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

SEP 2006

 

52.211-14

Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use

APR 2008

 

52.211-15

Defense Priority And Allocation Requirements

APR 2008

 

52.212-1

Instructions to Offerors--Commercial Items

JUN 2008

 

52.212-3

Offeror Representations and Certification--Commercial Items

JUN 2008

 

52.212-4

Contract Terms and Conditions--Commercial Items

OCT 2008

 

52.212-5 (Dev)

Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation)

OCT 2008

 

52.219-1

Small Business Program Representations

MAY 2004

 

52.219-6

Notice Of Total Small Business Set-Aside

JUN 2003

 

52.219-8

Utilization of Small Business Concerns

MAY 2004

 

52.219-14

Limitations On Subcontracting

DEC 1996

 

52.219-28

Post-Award Small Business Program Rerepresentation

JUN 2007

 

52.222-3

Convict Labor

JUN 2003

 

52.222-19

Child Labor -- Cooperation with Authorities and Remedies

FEB 2008

 

52.222-21

Prohibition Of Segregated Facilities

FEB 1999

 

52.222-26

Equal Opportunity

MAR 2007

 

52.222-35

Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

SEP 2006

 

52.222-36

Affirmative Action For Workers With Disabilities

JUN 1998

 

52.222-37

Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans

SEP 2006

 

52.222-39

Notification of Employee Rights Concerning Payment of Union Dues or Fees

DEC 2004

 

52.222-50

Combating Trafficking in Persons

AUG 2007

 

52.225-13

Restrictions on Certain Foreign Purchases

JUN 2008

 

52.232-17

Interest

OCT 2008

 

52.232-33

Payment by Electronic Funds Transfer--Central Contractor Registration

OCT 2003

 

52.233-1

Disputes

JUL 2002

 

52.233-4

Applicable Law for Breach of Contract Claim

OCT 2004

 

52.249-8

Default (Fixed-Price Supply & Service)

APR 1984

 

252.204-7004 Alt A

Central Contractor Registration (52.204-7) Alternate A

SEP 2007

 

252.209-7001

Disclosure of Ownership or Control by the Government of a Terrorist Country

OCT 2006

 

252.209-7004

Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

DEC 2006

 

252.212-7001 (Dev)

Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)

SEP 2008

 

252.225-7012

Preference For Certain Domestic Commodities

MAR 2008

 

252.232-7010

Levies on Contract Payments

DEC 2006

 

252.243-7002

Requests for Equitable Adjustment

MAR 1998

 

252.247-7023

Transportation of Supplies by Sea

MAY 2002

 

 

 

 

CLAUSES INCORPORATED BY FULL TEXT

52.211-6     BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.

(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-

Meet the salient physical, functional, or performance characteristic specified in this solicitation;

Clearly identify the item by-

(i) Brand name, if any; and

(ii) Make or model number;

Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.

               

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:

•i.                    Technical capability of the item offered to meet the Government requirement

•ii.                  Price

 

Technical and price, when combined, are approximately equal.  Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar products during the previous three years.  To be technically acceptable, the submitting offeror must submit relevant and current past performance in all areas noted in this combined synopsis/solicitation.  The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

 

(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.

 

(End of provision)

 

 

SOFARS

5652.204-9004 Foreign Persons (2006)

In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (SEC 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer.  Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: _____):

•(1)     Full Name:

•(2)     Date of Birth:

•(3)     Place of Birth:

•(4)     Nationality:

•(5)     Social Security Number:

•(6)     Visa Status:

•(7)     Current Address:

•(8)     If a Subcontractor, Subcontractor Name and Address:

•(9)     Biographic Data and/or Resume:

 

5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer.  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 to the following point of contact:  Christine Anderson, NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Email to [email protected], Phone (757) 893-2715, Fax (757) 893-2957.

Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 28 November 2008.

Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 04 Aug 2008 at 6 PM
Location Unknown 25 Sep 2005 at 5 AM
Location Unknown 20 Sep 2007 at 4 AM
Philadelphia Pennsylvania 12 May 2021 at 10 AM
Mechanicsburg Pennsylvania 27 Jan 2021 at 12 PM

Similar Opportunities

Pennsylvania 27 Jul 2025 at 4 AM (estimated)
Pennsylvania 27 Jul 2025 at 4 AM (estimated)
New iberia Louisiana 15 Jul 2025 at 7 PM