Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

84 -- Tactical vest (Plate Carriers) - RFQ - Spec Sheet

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 162 MSG/MSC AZ ANG, 1455 E EL TIGRE WAY, TUCSON, Arizona, 85706-6091, United States
 
ZIP Code
85706-6091
 
Solicitation Number
W912L2-18-Q-6017
 
Archive Date
8/31/2018
 
Point of Contact
Jordan Vasquez, Phone: 5202956112, Michael Salmon, Phone: 5202956066
 
E-Mail Address
Jordan.m.Vasquez2.mil@mail.mil, michael.salmon.5@us.af.mil
(Jordan.m.Vasquez2.mil@mail.mil, michael.salmon.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS/ Specs for tact vest and combat shirts. RFQ (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. (2) This solicitation/synopsis reference number is W912L2-18-Q-6017 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Dated 16 July 2018. (4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 339113 with a 750 Employee size standard. (5) Contractors shall submit a lump sum quote based on the below CLIN along with an in depth breakdown of costs. A breakdown of costs is mandatory. NOTE: Submit written quotes only, oral quotations will not be accepted. All responsible sources may submit a quote, which shall be considered. A firm fixed price one time purchase order is contemplated. (6) See PWS for list of components to be provided. (7) Delivery Terms: Not to exceed 30 calendar days after receipt of award. Delivery Address: Jordan Vasquez at Jordan.m.vasquez2.mil@mail.mil and Michael Salmon at michael.salmon.5@us.af.mil 6620 S Air Guard Way Tucson, AZ 85706 ITEM SUPPLIES QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 0001 Tactical vests- Coyote Brown 70 EA tiny_mce_marker __________ tiny_mce_marker __________ IAW PWS 0002 OCP Combat Shirts 70 EA tiny_mce_marker __________ tiny_mce_marker __________ IAW PWS (8) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FOB: Destination Delivery to: 162nd Wing 6620 S. Air Guard Way Tucson, AZ 85706 * Lack of active SAM registration will preclude contract award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM This solicitation is being competed as a Total Small Business Set-Aside and will be competed to the full extent required by regulation. The Government will award a firm fixed price contract resulting from this solicitation to the lowest offeror whose offer conforming to the solicitation will be most advantageous to the Government. Applicable Clauses and Provisions: Number Abbreviated Title 52.202-1 Definitions 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item proposal 52.209-6 Protecting the governments interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors - Commercial Items 52.212-4 Terms and Conditions - Commercial Items 52.212-5 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) 52.219-1 Alt1 Small business program representation 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-18 Encouraging Contactor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-39 Unenforceability of unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after award 52.233-4 Applicable Law for Brach of Contract Claim 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I 52.247-34 Fob Destination 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American- Balance of Payments Program Certificate 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Aug 2016) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions (Will be provided in Full Text at the Time of Award) 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (9) The following additional provisions and clauses are applicable to this procurement. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government will evaluate each proposal by employing the best value trade off method. (b) All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated as detailed in paragraph (d). A proposal that is incomplete will not be considered for award. (c) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. (d) Evaluation Factors for Award. Award will be made to the technically acceptable offeror whose proposal offers the best overall value to the Government considering the factors below. EVALUATION FACTORS Factor 1 Price Factor 2 Technical Capability Evaluation factors other than price, when combined, are approximately equal to price: Factor 1 - Price The proposed prices shall be evaluated for completeness, and reasonableness. The Government will calculate total evaluated price by adding the total price for both line items of the requirement and comparing to other quotes received. The Government may determine that an offer is unacceptable if pricing for sizes is significantly unbalanced. (NOTE: The 162nd Wing is subject to the Arizona Business Privilege Tax. Please include applicable taxes with your quote) Factor 2 - Technical Capability The evaluation will consist of assessing the Offered products technical ability to meet or exceed required attributes outlined in the PWS. The offered equipment must clearly meet the salient characteristics. Failure to provide complete information may reflect a lack of understanding of the requirements and may result in a determination that the offer is technically unacceptable. This factor will be evaluated to assess the risk of offered products successfully meeting or exceeding the government's requirement. 1. The proposed product demonstrates the ability to accomplish the requirements of the PWS. 2. Offeror adequately addresses functionality for equipment offered. (e) 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 ALT 1 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM * Lack of active SAM registration will preclude contract award. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ or https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ or https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS Contractor shall submit payment requests and receiving reports using WAWF Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. Note: The WAWF routing information will be provided upon award. ADDENDUM NOTICE TO OFFERORS: (11) Response to this combined synopsis/solicitation must be received via email by: 28 July 2018 no later than 3:30 PM Mountain Standard Time. Requests should be marked with solicitation number W912L2-18-Q-6017. Include the following with your response: VENDOR INFORMATION: ENTITY NAME CAGE CODE POINT OF CONTACT PHONE NUMBER EMAIL ADDRESS QUOTE EXPIRATION DATE PAYMENT & DISCOUNT TERMS DELIVERY DATE WARRANTY DURATION Attachments: 1) PWS (3 pages) 2) Wage Determination (15-5473)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-2/W912L2-18-Q-6017/listing.html)
 
Place of Performance
Address: 162nd Air National Guard, Tucson, Arizona, 85706, United States
Zip Code: 85706
 
Record
SN05051254-W 20180824/180822231437-facd0796e414f2c4b54d036e3e7b3305 (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.