MODIFICATION
95 -- AFICA Ballistic Protection at Air Force Recruiting Stations
- Notice Date
- 5/2/2016
- Notice Type
- Modification/Amendment
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-16-RFI-Ballistic_Protection
- Point of Contact
- Kacie L. Varner, , Sheldon Washington,
- E-Mail Address
-
kacie.varner@us.af.mil, sheldon.washington.2@us.af.mil
(kacie.varner@us.af.mil, sheldon.washington.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) BALLISTIC PROTECTION AT AIR FORCE RECRUITING STATIONS This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations, if any. The information provided in this RFI is subject to change and is not binding on the Government. The Government does not intend to issue a solicitation based on this RFI. The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 332321, Metal Window and Door Manufacturing, with a small business size standard of 750 employees. SUMMARY: AFICA 338 SCONS/PKD is conducting market research to gather information on the contractor's capability to effectively deliver and install ballistic protection in Air Force Recruiting Offices (AFRO) across the United States, Puerto Rico, and Guam, in retail and office spaces, in order to protect occupants from aggressors shooting from outside the facility or office space inward. TECHNICAL DESCRIPTION: This requirement is for the installation of self-standing ballistic glass shielding to be installed on the interior of AFROs, across all storefront/exterior glass, including storefront doors, where installation does not interfere with the operation of the facility. The installed product shall meet the American Disability Act (ADA) standard for walkways, hallways, and turn radius, and any State/City/Municipal codes (i.e. fire codes). Product shall meet UL 752 Level 8 Ballistic Protection Standard (able to stop 5 rounds of 7.62mm rifle lead core full metal copper jacket, military ball, within 10" diameter). See attached draft SoN for additional information. RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than ten (10) pages: 1. All interested parties are invited to provide the following information: A. Company Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS code 332321 or not. F. State whether your firm is large, small, small disadvantaged, woman-owned small, HUB-Zone, veteran owned, service-disabled veteran owned, or 8(a) certified business concern for NAICS 332321. 2. Describe your capability to meet the technical requirements described in the attached draft SoN. Specifically describe your capability to provide self-standing ballistic glass shielding IAW SoN paragraph 3. Provide the height, weight, and depth of the potential product. 4. Describe your experience with similar requirements to include the type of contract. 5. Explain how you would ship/deliver and install the ballistic glass shielding to recruiting locations across all 50 states of the United States, Puerto Rico, and Guam (SoN paragraph 3.1.2.). 6. Due to the fact every office has a unique layout, explain how you will mitigate unknowns due to variations in facility floor plans/set-up. 7. Explain how you will ensure the installation of the ballistic solution will meet ADA and code requirements. 8. Installation of the ballistic shielding must not interfere with the facilities' normal operations, specifically foot traffic, furniture layout, seating area, etc. Explain how you will handle this. 9. Provide any comments or questions on the draft SoN and/or a firm-fixed price contract type. 10. Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet DoD minimum subcontracting goals (36% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses and 3% to Historically Underutilized Business Zones (HUB Zone) small businesses). Subcontractors include any company that is contracted with for services or supplies that would support this contract. If not, please provide a brief explanation why these goals are not appropriate, what percentage could be subcontracted to each small business category, and the basis of the percentages proposed. Also, provide the percentage of the total contract dollars that could be subcontracted to each small business category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov. ADMINISTRATIVE INFORMATION: Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 10:00 AM (CST), on 12 May 2016. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. You may forward your responses and/or submit questions regarding this RFI to the POCs identified below. Contract Specialist: Kacie Varner, kacie.varner@us.af.mil Contracting Officer: Sheldon Washington, sheldon.washington.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/80dea01c4367eb2e27877789eaaab86a)
- Record
- SN04102725-W 20160504/160502234947-80dea01c4367eb2e27877789eaaab86a (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 |