Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

81 -- Weapon Storage Cabinets/Racks

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUY00130A001
 
Point of Contact
Sahin T. Sonmez, Phone: 813-828-0280
 
E-Mail Address
sahin.sonmez@macdill.af.mil
(sahin.sonmez@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUY00130A001. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT CLIN 0001 Stackable Weapon Storage Cabinets, 24 Each Unit price shall include delivery, installation, set-up, configuration and removal and disposal of the existing storage cabinets at SOCOM's armory. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. The following salient characteristics are required: Must be comparible to Space Saver's Universal Weapons Rack or equal DESCRIPTION OF SECURE WEAPONS STORAGE CABINETS/RACKS 1. These weapon racks should be designed to house all the weapons in SOCOM's armory through the use of interchangeable interior components. They also should have retractable doors and locking bars to meet specific requirements for physical security or conventional arms. 2. Racks should be fully welded, with heavy-gauge steel construction w/diamond-shaped mesh cutouts for visibility of weapons that are housed in a closed cabinet. All racks provided must be of the same footprint to allow for double stacking and efficient use of armory space. The racks must allow for double stacking and efficient use of the armory. Cabinet walls must be a minimum 18 ga. steel. Tops and bottoms of cabinet a min. of 16 ga. steel. Depth of racks should allow for storage of weapons with any site or optic attached to weapon with doors closed. Overall foot print should be exterior width = 42.38"; exterior depth = 16.25" 3. Security - The system must have retractable doors and locking bars to provide weapon security according to military requirements for the physical security of conventional arms, ammunition, and explosives (OPNAVINST 5530.13C). Manufacturer must provide supporting documentation that a DoD authority has approved the rack for use in a small arms vault. Documentation must come on official letterhead or racks must come with a National Stock Number (NSN) on the rack. The cabinet doors must come with a rotating locking bar for security. Locking bars shall lock at a single common point and be able to accept a DoD issued and approved padlock. Key-locks are not acceptable. 4. Safety- There must not be any exposed bolts or screws or sharp edges on finished product. If barrel supports are screwed or secured in place inside the rack, they must not protrude out the back of the rack to expose any sharp edges. 5. Exterior doors and sides walls must be perforated mesh to permit visible counts even when doors are closed. 6. Rack system must allow for ‘a la carte' configurability to allow for storage of wide range of weapon types, gear, optics and spare barrels without making structural modifications to the rack. 7. All components that come into contact with the weapons must be either dipped in a black poly vinyl chloride coating or made with an injection-molded thermoplastic, designed to withstand extreme temperatures and to protect weapons from abrasions. 8. The cabinets shall be a one piece assembly with an outside width of 42.38" (1076mm) and a usable inside width of 36.5" (927mm) and a height of 84" and an outside depth of 16.25" (412mm). It also needs to be constructed of 18gauge flat plate steel. Locking Bars shall lock at a single common point. 9. The following is added: System provisions The system should be configured to hold the following planned allowances for weapons: (120) M4'S (150) M9'S (40) SCARS (10) SHOT GUNS (24) BINS (6) M249'S Includes: 6 ea. 84" high M4-M9/M4-M9 each holds 20M4's; 18 M9's 2 ea. 84" high SCR-M9/SCR-M9 each holds 20 SCAR's; 18 M9's 1 ea. 84" high M249/ BINS each holds 6M249's; provides 12 bins 1 ea. 84" high SHTGN-M9 each holds 10 shotguns; 6 M9'S; provides 12 bins 10 racks total The racks must be 84" maximum height overall. Depth of the racks should allow for storage of weapons with any site or optic attached to the weapon with doors closed. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 effective 13 May 2010, DFAR DCN 20100519 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 332439, Other Metal Container Manufacturing. A firm fixed price contract will be awarded BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: These weapon storage cabinets/racks are to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Total Small Business Set-Asides, FAR 52.219-28, Small Business Representations, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 11 June 2010 by 4:00 PM EST. Submit offers or any questions to the attention of Sahin Sonmez Campbell, 6 CONS/LGCB, via fax 813-828-5111, or preferably by email to sahin.sonmez@macdill.af.mil. Contracting Office Address: 2606 Brown Pelican Ave. MacDill AFB, Florida 33621-5000 United States Place of Performance: MacDill AFB Tampa, Florida 33621 United States Primary Point of Contact.: Sahin Sonmez, Contract Specialist Sahin.sonmez@macdill.af.mil Phone: 813-828-0280 Fax: 813-828-5111
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUY00130A001/listing.html)
 
Place of Performance
Address: 6th Contracting Squadron, MacDill AFB, Florida, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02174903-W 20100612/100610235809-9f4e926d0d3d8a5b6303e168e7636e89 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.