Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
SOLICITATION NOTICE

78 -- Drill Rifles

Notice Date
9/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
199 6th Avenue, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-18-Q-6879
 
Response Due
9/26/2018
 
Archive Date
3/25/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124D-18-Q-6879 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 339930 with a small business size standard of 500.00 employees. This requirement is an [ Women-Owned Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-26 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: Model 1903 Drill Rifle. Shall weigh between 8.4-8.6 pounds without sling or rubber butt plate attached. Shall be between 43.2-43.3 inches long without rubber butt plat attached. Shall be free of bayonet lug. Shall be able to attach/detach a rubber butt plate. Shall have a moveable bolt action, demilitarized action bolt required. Shall be black on black. Shall have a minimum of two sling swivels for mounting of a standard sling. Shall be in accordance with Product Specifications included herein. List of locations to be shipped included herein. Items shall ship FOB Destination and shall arrive at designated location no later than 15 December 2018. Item count per brigade: 2nd - 425, 3rd - 205, 4th - 41, 5th - 544, 6th - 2835, 7th - 181, 8th - 1510., 5741, EA; LI 002: Model 1903 Drill Rifle Sling. Shall be compatible with 1903 Drill Rifle. Traditional 1 1/4 inch wide double hook adjustable. Shall be black cotton or nylon material. Shall have one nickel sling keeper. Items shall be shipped to multiple locations. List of locations to be shipped included herein. Items shall ship FOB Destination and shall arrive at designated location no later than 15 December 2018. Item count per brigade: 2nd - 1423, 3rd - 410, 4th - 408, 5th - 540, 6th - 3450, 7th 1140, 8th - 2215., 9586, EA; LI 003: Model 1903 Drill Rifle Rubber Butt Plates. Shall be compatible with 1903 drill rifle. Butt plate shall be able to replace the existing plate. Shall be a metal plate covered with 1cm of molded rubber. Items shall be shipped to multiple locations. List of locations to be shipped included herein. Items shall ship FOB Destination and shall arrive at designated location no later than 15 December 2018. Item count per brigade: 2nd - 1863, 3rd - 385, 4th - 362, 5th - 679, 6th - 3209, 7th - 1111, 8th - 1810., 9419, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified at time of order Bid MUST be good for 30 calendar days after submission All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The selected Offeror must comply with the following commercial item terms and conditions: 52.203-18 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation, FAR 52.204-7 System for Award Management, FAR 52.204-8 Annual Representations and Certifications (FULL TEXT), FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-22 Alternative Line Item Proposal, FAR 52.207-4 Economic Purchase Quantity (FULL TEXT), FAR 52.209-7 Information Regarding Responsibility Matters (FULL TEXT), FAR 52.225-18 Place of Manufacture (FULL TEXT), FAR 52.233-2 Service of Protest (FULL TEXT), and FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FULL TEXT). The full text of a FAR Provision may be accessed electronically at http://farsite.hill.af.mil. The following FAR clauses are applicable under FAR: FAR 52.202-1 Definitions, FAR 52.203-3 Gratuities, FAR 52.203-5 Covenant Against Contingent Fees, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity, FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper, FAR 52.204-10 Reporting Executive Compensation and Fist Tier Subcontract Awards, FAR 52.204-13 System for Award Management Maintenance, FAR 52.204-18 Commercial and Government Entity Code Maintenance, see continuation of applicable clauses in FAR Clauses Part 2 of 2 FAR 52.204-19 Incorporation by Reference of Representations and Certifications, FAR 52.209-6 Protecting The Government's Interest When Subcontracting With Contractor's Debarred, Suspended, or Proposed For Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.211-5 Material Requirement, FAR 52.211-17 Delivery of Excess Quantities, FAR 52.212-5 Contract Terms and Conditions (FULL TEXT), FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-9 Small Business Subcontracting Plan, FAR 52.219-16 Liquidated Damages - Subcontracting Plan, FAR 52.219-28 Post Award Small Business Program Rerepresentation (FULL TEXT), FAR 52.219-30 Notice of Set Aside For, or Sole Source Award To, Women Owned Small Business Concerns Eligible Under the Women Owned Small Business Program, 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 Equal Opportunity For Veterans (FULL TEXT), FAR 52.222-36 Equal Opportunities for Workers with Disabilities (FULL TEXT), FAR 52.222-37 Employment Reports on Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-6 Drug Free Workplace, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.224-3 Privacy Training, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.229-3 Federal, State, and Local Taxes, FAR 52.232-1 Payments, FAR 52.232-8 Discounts for Prompt Payments, FAR 52.232-11 Extras, FAR 52.232-17 Interest, FAR 52.232-23 Assignment of Claims, FAR 52.232-25 Prompt Payment (FULL TEXT), FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law For Breach of Contract Claim, FAR 52.242-5 Payments to Small Business Subcontractors, FAR 52.242-13 Bankruptcy, FAR 52.242-17 Government Delay of Work, FAR 52.243-1 Changes-Fixed Price, FAR 52.244-6 Subcontracts for Commercial Items, FAR 52.247-34 F.O.B. Destination, FAR 52.249-8 Default Fixed Price Supply and Service, FAR 52.252-2 Clauses Incorporated by Reference (FULL TEXT), and FAR 52.253-1 Computer Generated Forms. The full text of a FAR Clause may be accessed electronically at http://farsite.hill.af.mil. The selected offeror must comply with the following commercial item terms and conditions: DFARS 252.203-7005 Representation Relating to Compensatin of Former DOD Officials, DFARS 252.204-7004 Alt A, System for Award Management, DFARS 252.204-7007 Alt A Annual Representations and Certifications (FULL TEXT), and DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Stastical Reporting in Past Performance Evaluations. The full text of a DFARS Provision may be accessed electronically at http://farsite.hill.af.mil. The following DFARS clauses are applicable under DFARS: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract Related Felonies, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7015 Notice of Authorized Disclosure of Information For Litigation Support, DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Country That is a State Sponsor of Terrorism, DFARS 252.211-7003 Item Identification and Valuation (FULL TEXT), DFARS 252.219-7003 Small Business Subcontracting Plan (Dod Contracts)Basic (Deviation 2018-O0007) (FULL TEXT), DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program), DFARS 252.222-7006 Restriction on the Use Of Mandatory Arbitration Agreements, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program-Basic, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7048 Export Controlled Items, DFARS 252.226-7001 Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.232-7006 (FULL TEXT), DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing on Contract Modifications, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.244-7000 Subcontracts for Commercial Items, DFARS 252.246-7000 Material Inspection and Receiving Report, and DFARS 252.247-7023 Transportation of Supplies by Sea-Basic. The full text of a DFARS Clause may be accessed electronically at http://farsite.hill.af.mil. Contractors proposing to furnish a substitute must submit descriptive literature with their offers. The government is aggressively pursuing the enforcement of the Buy American Act, Berry Amendment, and the regulations pertaining to small business set asides. As a result, products are being more closely scrutinized prior to award and upon delivery to ensure that when a domestic product is required by regulation, a domestic product is being delivered. Contractors who falsely verify products and then either notify before delivery of the "error" or deliver non-compliant product are being terminated for cause/default and criminal fraud charges filed. As a result of the above actions, contractors are debarred and excluded from future competition for government contracts. Contractors shall acknowledge compliance with the Berry Amendment and the Buy American Act in the form of an attachment to their quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/647c2d635fda2751f4c223b73159e07a)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN05100483-W 20180923/180921230816-647c2d635fda2751f4c223b73159e07a (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.