SOLICITATION NOTICE
78 -- Laser Tag System
- Notice Date
- 8/2/2022 2:21:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461322Q1030
- Response Due
- 8/12/2022 8:00:00 AM
- Archive Date
- 08/27/2022
- Point of Contact
- David Cook, Phone: (307) 773-6623, LOU BUSTILLO, Phone: (307) 773-4751
- E-Mail Address
-
david.cook.62@us.af.mil, maria_lourdes.bustillo@us.af.mil
(david.cook.62@us.af.mil, maria_lourdes.bustillo@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� Combined Synopsis/Solicitation Solicitation Number: FA461322Q1030 Purchase Description: Laser Tag This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov web-site as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1030, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 713990, with a small business size standard of $8.0M. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-06 effective 05/26/2022, Defense Federal Acquisition Regulation Supplement Change 06/23/2022 effective 06/23/2022 and Air Force Federal Acquisition Regulation Supplement Change 07/01/2022 effective 07/01/2022. DESCRIPTION OF ITEMS/SERVICES: Laser Tag System - 20 Packs/Vests, Packs must have: Multiple color options Laser beams 3� or larger color screen on phaser Capacitive touch hand sensor Sound should be available in phaser, vest or both Digital MP3 customizable sound files 360 degree spherical tag zones for multilevel play 13.2Ah batteries 1 external battery charger Magnetic charging Illuminated Vesting Rack (Charging rack/port for vests) Game Hardware must have: Electronic scoreboard HAL Button for easy start and stop of game (ability to remotely activate a game/match) MOC enabled device for network connectivity Toolkit with spare parts Two control boxes (one spare) Applicable software UPS backup power supply Scorecard software Scorecard printer Zone Alert Proximity Sensor � A Covid-19 safeguard to alert players if they�re getting too close Self-Diagnostic and SMS Text Notifier (System will self-diagnose after every game and then send a text notification) Weapon Selection Button on Phaser (multiple weapon options with weapon selection on phaser) Vandalism Abuse Detection Magnetic Charging System 2 Spare Vests Game Format Pack Standard Game Pack with 8+ game options (with several unique options like �continuous, comteamuous, vampires, etc�)� Bases 2 x dual connection Wi-Fi garrison base 2 year warranty or greater Shipping, Installation, Travel, Training on Site and Project Coordination are included in the price. CLIN Structure: CLIN 0001: Laser Tag System Quantity: 1 ���������������� ����������� Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PRICING ARRANGEMENT: Firm Fixed Price DELIVERY DATE(S): Estimated Delivery 60 Days after Date of Order/Contract DELIVERY: F.O.B. Destination PLACE OF DELIVERY: F. E. Warren AFB, WY ALL RFQ Questions must be emailed to david.cook.62@us.af.mil and maria_lourdes.bustillo@us.af.mil and received no later than 09:00 AM MT on Monday, 8 August 2022. Responses/quotes MUST be received no later than Friday, 12 August, 2022; 09:00 AM (Mountain Time). Forward responses by e-mail to david.cook.62@us.af.mil and maria_lourdes.bustillo@us.af.mil Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in the attached document. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS FAR 52.212-1 is hereby tailored as follows: (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3) The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price. (2) Total Firm Fixed price (3) Any Discount Terms (4) Estimated time of delivery (5) Technical Submission Requirements (i.) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. Brochures,� photos and specifications are required showing minimum requirements are met as listed on this solicitation.. (6) Cage Code (7) Company Name, Physical Address, Point of Contact, phone number and email address. FAR 52.212-2 is hereby tailored as follows: (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: Brochures, photos and specifications are required showing minimum requirements as listed on this solicifation are met, (ii) Price: Award will be made to the lowest priced technically acceptable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (iii) The Government will evaluate quotes in accordance with the following evaluation criteria. The Government will evaluate quotes for acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is the Government�s best interest to do so. (b) 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) Attachments: Attachment 1 � Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15dbf262c3094764b47bca7aab49a2f0/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN06411529-F 20220804/220802230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |