SOLICITATION NOTICE
78 -- Purchase of military inflatable obstacle course
- Notice Date
- 7/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339930
— Doll, Toy, and Game Manufacturing
- Contracting Office
- USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J7-15-T-0007
- Response Due
- 8/3/2015
- Archive Date
- 9/15/2015
- Point of Contact
- Jeffrey DeHaven, 2082724602
- E-Mail Address
-
USPFO for Idaho
(jeffrey.j.dehaven.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, W912J7-15-T-0003. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 and through Department of Defense Acquisition Regulation Change Notice DPN 20150602. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil. (iv) This procurement is being issued as a Small Business Set-Aside. North American Industrial Classification Standard: 339930; Small Business Size Standard: 500. (v) CLIN 0001 - 2 Ea - This is a requirement for an 85 foot Inflatable Military Obstacle course. Overall dimensions should be L 85 ft x H 16' x W 12'. Must include air pumps that accept AC power with standard household plugs and 25' cords. Pumps must be capable of inflating the entire structure within 10 minutes. Obstacles should include: Portholes, horizontal hurdles, hedgehog type obstacles, 16' high rope swing with attached ropes. Rope swing must be capable of supporting two individuals weighing 250 lbs each. Additional obstacles should include vertical stanchions, elastic band matrix to climb through, and a hill climb with slide on reverse slope. Obstacle course should also include stakes, guy lines as necessary, and other mounting/securing hardware compatible with attachment points. The course should be split into two lanes to facilitate safe competition between individuals participating in the activity. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (vi) Description of this requirement is: Purchase of Military style inflatable obstacle course. (vii) Please quote a date and time to be delivered after contract award to Gowen Field, ID 83705. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide supporting documentation IAW the attached specification sheet to allow for thorough evaluation of quote. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Items - Not Applicable (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 Transportation of Supplies by Sea; (xiv) Defense Priorities and Allocation System (DPAS) - Not applicable (xv) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Time 3 August 2015 at USPFO Idaho Contracting Office, 3489 W Harvard St., Bldg 564, Boise, Idaho 83705. Mail or email response to jeffrey.j.dehaven.mil@mail.mil. Only an official representative can submit a quote. (xvi) Point of Contact: CPT Jeffrey DeHaven, Contract Specialist, Ph 208-272-4602; e-mail: jeffrey.j.dehaven.mil@mail.mil. Jerry DeWeerd, Contracting Officer, Ph 208-272-4602, e-mail: jerry.m.deweerd.civ@mail.mil. PLACE OF PERFORMANCE: Gowen Field, Recruiting and Retention.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-15-T-0007/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
- Zip Code: 83705-6512
- Zip Code: 83705-6512
- Record
- SN03800878-W 20150719/150717234543-57c39eeba010619b640ff159346e081b (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 |