Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

99 -- Ballistic Glass Partitions, NIJ Level III

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81A9P81270001BallisticPartitions
 
Point of Contact
Otha B Henderson, Phone: 8014324093
 
E-Mail Address
otha.b.henderson.mil@mail.mil
(otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation and is being issued as a GSA total small business set aside. The Northern America Industry Classification System Code (NAICS) is 541490, Other Specialized Design Services. The size standard is $7.5million. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase the following: The Utah Army National Guard has a requirement to purchase 32 each, ballistic glass partitions. Items quoted must meet the following specifications: 32 each, ballistic glass partitions, 36in x 20in x 65in, NIJ Level III. This is ballistic protection for stand-alone facilities and storefront recruiting officers. The partition must protect against active shooter and terrorist threats, to include protection against 7.62 x 51mm NATO rounds, meeting NIJ Level III standard 0108.01. Also must perform for 7.62 x 39mm ball. It shall be of armored steel and bullet resistant glass construction. The protected side is upholster in acoustic fabric with a tack-able surface (for non-glass area). It must have heavy duty stall lockable caster (four per shield). It must be fully prefabricated - no assembly required. Shall comply with Buy American Act. Per our guidance it has to meet c.(U) Ballistic internal protection (panels, desks, etc. with a minimum rated of UL 752 Level 5 or National Institute of Justice (NIJ) Level III) not to exceed four per facility for protection of daily population in line of site of primary and alternate entry points. Material can be variable; however, products will be used in storefronts so a glass panel would be much more presentable. There is a certain "inviting" factor that must be met. The products will be used in publicly accessible recruiting offices and an attractive business aesthetic will be necessary. A visual depiction (phot, etc.) is required as part of the full specifications in the quotation package. Evaluations Factors: The contract for this procurement will be firm-fixed-price and award will be made on the basis of best value determination. A best value determination will be made for the quote that has a competitive price and best meets the technical criteria presented in this solicitation. Pricing will not be a main factor in determining award. The government reserves the right to award to other than lowest quote if a vendor demonstrates superior capabilities meeting the government's requirements, and can quote a product that is shown to meet or exceed the specifications (i.e. this requirement is not simply for riot shields and serves as a force protection measure). This is a simplified acquisition and award will be made without discussion. All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers W ith Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Vete rans FAR 52.222-40 - Notification of Employees Rights Under the Nationa l Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rate s for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.22 2-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Un paid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81A9P81270001BallisticPartitions/listing.html)
 
Record
SN05059328-W 20180830/180828231144-6edaec91625edd99cc2e418204cbcbd2 (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.