SOLICITATION NOTICE
81 -- EOD Limited Arc Magazine
- Notice Date
- 8/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- USPFO for Nebraska, 2433 NW 24th St., Lincoln, NE 68524-1801
- ZIP Code
- 68524-1801
- Solicitation Number
- W91243-15-Q-BX15
- Response Due
- 8/18/2015
- Archive Date
- 10/6/2015
- Point of Contact
- Danielle Nuss, 4023098269
- E-Mail Address
-
USPFO for Nebraska
(danielle.nuss@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. Solicitation Number: W91243-15-Q-BX15 is issued as a Request for Quote (RFQ) Solicitation Date: 7 August 2015 Description: Firm Fixed Priced Contract for the following items: Item 0001: ARMAG 7' x 7' x 7' limited ARC US Military spec explosive storage magazine designed to store EOD explosives. Magazine with one single door and pumice filled containers. Part number 848484PM or equal product. Qty: 1 each Item 0002: ARMAG lightning protection kit (includes 2 NFPA ground kits) or equal product. Qty: 1 each Item 0003: ARMAG 218A exterior mounted quote mark steel enclosure welded to exterior of magazine. Including 70 amp electrical panel, IDS prep, and slim 18W LED exterior light mounted next to door or equal product. Qty: 1 each Item 0004: Shipping/Transportation Cost FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 Quotations Due: NLT 1:00 p.m. CST, 18 August 2015. Quotes may be submitted in GSA Advantage E-buy RFQ1017372, emailed to 155msg.msc@ang.af.mil, faxed to 402-309-7524, or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE 68524-1801. Points of Contact: Tonja Buchholz, (402) 309-8254, tonja.buchholz@ang.af.mil Danielle Nuss, (402) 309-8269, danielle.nuss@ang.af.mil Items shall be received NLT 30 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code is 332311 and the small business size standard is 500 employees. Classification Code is 39 - Materials Handling Equipment. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 3 August 2015. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items applies and price is the only factor being used to evaluate offers. Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.203-7998, 252.203-7999, 252.204-7011, 252.209-7992, 252.211-7003, 252.223-7008, 252.225-7001, 252.232-7003, 252.232-7006, 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at http://farsite.hill.af.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W91243-15-Q-BX15/listing.html)
- Place of Performance
- Address: 155 ARW/CES 2433 NW 24th St., Lincoln NE
- Zip Code: 68524-1801
- Zip Code: 68524-1801
- Record
- SN03829936-W 20150809/150807235900-e16598c4de1b490f159646c2711cf25e (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 |