Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOLICITATION NOTICE

84 -- SET ASIDE IS FOR SMALL DISADVANTAGED BUSINESS, NOT SMALL BUSINESS AS STATED BELOW.

Notice Date
6/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6TSCE0144A001
 
Response Due
6/14/2010
 
Archive Date
8/13/2010
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for services 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote F6TSCE0144A001. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100430. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 339999. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small disadvantaged business. The date, time and request for quote offers are due by: 3:00 PM. PST on 14 June 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. This requirement is for the following items: CLIN 0001- Improved outer tactical vest, ACU pattern, compatable with SAPI Plates and with front access panel, right and left hand and wing side assemblise, emergency quick release, front and rear ballistics collar, detoid upper arm protector and groin protector, casuality drag strap, rear access panel. Recommend vendor: Point Blank OR EQUAL 5 ea SIZE MEDIUM CLIN 0002 Triple mag pouch, 50 Spec-ops X-system 3 Mag Pouch, ACU. 5.56 triple mag panel, hold 3 30 round 5.56 magazines in flat Configuration, open top design with bungee retention attaches to MOLLIE style webbing with 4 included malice clips in ACU pattern. OR EQUAL 10EA CLIN 0003 - Level 2 tractical serpa holster right hand. right hand Level 2 tactical serpa holster durable carbon fiber composite material, thigh platform design for beathability, and conforms/ molds to leg size, y-harness suspension, swivel buckles on belt loops, SERPA lock system, tension, tension screw for security, hole in holster body, in foliage green. OR EQUAL 10 each CLIN 0004 - Duty belt and pad Blackhawk patrol belt With pad in foliage green. See attachment for size Breakdown OR EQUAL 5 sets SIZE SMALL CLIN 0005 - Elbow pads Alta Tactical Flex Military Elbow Pads plastic cap and high foam pading in cordura nylon secured by elastic straps with hook and loop fastener in ACU pattern OR EQUAL 5 sets CLIN 0006 Knee Pads Alta Tactical Superflex Military Knee Pads plastic cap and high foam pading in cordura nylon secured by elastic straps with hook and loop faster in ACU pattern OR EQUAL 5 sets **The part numbers referenced below are from Space Saver gun Racks. All of the other racks in the armory are of this brand. Thi sis an OR EQUAL REQUIRMENT HOWEVER. http://www.spacesaver.com/Spacesaver/Storage-Product-Solutions/universal-weapons-rack.htm. CLIN 0007 - Standard Cabinet Cabinet will be needed to hold 27 rifles. The pistols need to be stored in the same cabinet Item # UWRC4245 OR EQUAL 3 each CLIN 0008 - Base the base is for the rifles to rest on. Item # UWRB10 OR EQUAL 3 each CLIN 0009 - Support Rail T support the rifles and pistols. Two support for each cabinet. Item # UWRSR42 OR EQUAL 6 each CLIN 0010 - Weapon Support Each cabinet can hold up to 10 rifles Item # UWRSSB OR EQUAL 30 each CLIN 0011 - Pistol hook These hooks will be used to hold the pistols. Item # UWRSP OR EQUAL 20 each Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, 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 52.222-50, Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, 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 DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III -INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. The date, time and request for quote offers are due by: 3:00 PM. local time on 14 June 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT WEDNESDAY 11 JUNE, 10 AM PST, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS. *This solicitation is set aside for small disadvantaged business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TSCE0144A001/listing.html)
 
Place of Performance
Address: 254 RHS Washington Air National Guard Camp Murray WA
Zip Code: 98430
 
Record
SN02169866-W 20100609/100607234542-0d0f5ab987192a6ec964825e0b9923ac (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.