Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2022 SAM #7595
SOLICITATION NOTICE

84 -- Security Forces Items

Notice Date
9/14/2022 1:29:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
W7NH USPFO ACTIVITY MSANG CRTC GULFPORT MS 39507-4324 USA
 
ZIP Code
39507-4324
 
Solicitation Number
W50S7K-22-R-0019
 
Response Due
9/23/2022 10:00:00 AM
 
Archive Date
10/08/2022
 
Point of Contact
SMSgt Brian M. Davis, Phone: 2282146072, SMSgt Michael S. Hornbeck, Phone: 2282146168
 
E-Mail Address
brian.m.davis22.mil@mail.mil, michael.hornbeck@us.af.mil
(brian.m.davis22.mil@mail.mil, michael.hornbeck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for Security Items for the MS ANG Security Forces, prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W50S7K-22-R-0019 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05, effective 03-07-2022 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20220826 dated 26 August 2022. It is the contractors' responsibility to be familiar with applicable clauses and provisions.� This requirement is being advertised as a TOTAL SMALL BUSINESS SET ASIDE. The North American Industrial Classification System (NAICS) Code is 315990 and the Small Business Size Standard is. 500 employees The Combat Readiness Training Center-Contracting Office, Gulfport, MS intends to issue a contract/purchase order for a contract is intended for the following service: Description of Requirements 3 EACH SIZE MEDIUM LOAD CARRIAGE SYSTEM w/BALLISTIC INSERTS- Tactical wearable vest kit for Air National Guard Security Forces that provides protection and efficient carry of required equipment through pouches that can be attached to system for items such as ammunition magazines, handcuffs, less-than-lethal weapons etc. and is outfitted with ballistic inserts. This load carriage system is a standardized ensemble across all ANG SF squadrons and is mandatary to purchase through Eagle Industries. The item number for this vest kit from Eagle Industries is listed as ANG-SFLCS/2019-SYS M-5CCA (Security Forces Load Carriage System, Medium) and AERO/JTAC-TBPS-P5-SY S-M for the suitable ballistic inserts (each quantity consist of a pair of ballistic inserts). The system's Ballistic inserts are lightweight body armor and should be rated no less than Threat Level II. Size of inserts must match size and fit of the Eagle Industries SF ANG Load Carriage System kit with the above item number. 2 EACH RIGHT HANDED PISTOL HOLSTER- The mandatory right handed holster for all Security Forces missions requiring the carry of the Sig Sauer M18 is the Safariland 7390 Modular Holster System Pistol in the drop-leg, hip or chest position. The holster must include the Automatic Locking System (ALS ) and ALS Guard. This specific holster has a patented retention system that no other holster manufacturer uses. The holster must be colored Coyote Brown. The manufacturer part number for this holster is SFL MHHAF-KIT1-750-761. 1 EACH LEFT HANDED PISTOL HOLSTER- The mandatory left handed holster for all Security Forces missions requiring the carry of the Sig Sauer M18 is the Safariland 7390 Modular Holster System Pistol in the drop-leg, hip or chest position. The holster must include the Automatic Locking System (ALS ) and ALS Guard. This specific holster has a patented retention system no other holster manufacturer uses. The holster must be colored Coyote Brown. The manufacturer part number for this holster is SFL MHHAF-KIT1-750-762. 4 EACH WEAPON MOUNTED FLASHLIGHT W/REMOTE SWITCH SYSTEM- The weapons mounted flashlight will be a weapon mountable flashlight with applicable remote switch for the weapon's handler to efficiently actuate the mounted light. These items must be able to mount to an M4 Carbine accessory rail system (Picatinny Rail System). The Air Force Security Center specifies through USAF Small Arms and Light Weapons Accessories Listing that it must be a specific brand and type. The only brand and types that have not ceased production on this mandatory use list are the M3X LED, DUAL BUTTON REMOTE, BLACK KIT; M3X LED, DUAL BUTTON REMOTE, TAN KIT; M600 SERIES, SUREFIRE SCOUT LIGHT WEAPONS LIGHT (Includes M600U, M600V, M603V) Kit 6 EACH 12 CT. PKG OF 123 LITHIUM 3V BATTERIES-Batteries that are Type 123 or CR123 for weapons accessories such as the PEQ-15 Laser Aiming Device or weapons mounted flashlight. Based off of market research, these batteries typically come packaged in a quantity of 12 batteries. It is not required the batteries come packaged in that amount however, the CRTC SF would require no less than seventy-two of these batteries.� � Please use the attached BID SHEET to provide quote. Must be delivered to: Attention: Security Forces 4715 Hewes Ave Gulfport, MS� 39507 � Offer is to be FOB DESTINATION,� BASIS OF AWARD: A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the lowest price conforming to the description of the requirement. �To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Award may be made without discussions. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at acquisition.gov . Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Quotes are due no later than 12:00 P.M. CST, Monday, September 23, 2022. Quotes shall be emailed to michael.hornbeck@us.af.mil and brian.davis.18@us.af.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to www.sam.gov The following FAR and DFARS provisions and clauses apply to this solicitation: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16, Commercial and Government Entity Code Reporting� 52.204-18, Commercial and Government Entity Code Maintenance� 52.204-22, Alternative Line Item Proposal� 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-25, Prohibition Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations� 52.212-1, Instructions to Offerors--Commercial Items� 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) 52.212-4, Contract 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)� 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-14, Limitations on Subcontracting� 52.219-28, Post-Award Small Business Program Rerepresentation� 52.222-3, Convict Labor� 52.222-19, Child Labor -- Cooperation with Authorities and Remedies� 52.222-21, Prohibition Of Segregated Facilities� 52.222-26, Equal Opportunity� 52.222-36, Equal Opportunity for Workers with Disabilities� 52.222-50, Combating Trafficking in Persons� 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements� 52.223-5, Pollution Prevention and Right-to-Know Information� 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving� 52.225-13, Restrictions on Certain Foreign Purchases� 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer--System for Award Management� 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors� 52.233-3, Protest After Award� 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 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 252.204-7006, Billing Instructions 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation� 252.223-7008, Prohibition of Hexavalent Chromium� 252.225-7001, Buy American And Balance Of Payments Program-Basic (Jun 2022) 252.225-7048, Export-Controlled Items� 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments� 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (DEVIATION 2021-O0003) (APRIL 2021) 252.244-7000, Subcontracts for Commercial Items� 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: MS ANG CTRC - Base Contracting Office 4715 Hewes Ave Gulfport, MS 39507-4324
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d96ae240cb245928264a66053643dcb/view)
 
Place of Performance
Address: Gulfport, MS 39507, USA
Zip Code: 39507
Country: USA
 
Record
SN06465695-F 20220916/220914230138 (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 |
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.