SOLICITATION NOTICE
84 -- Gear Bags - Attachments
- Notice Date
- 8/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
- ZIP Code
- 89502-4494
- Solicitation Number
- W9124X-18-Q-5020
- Archive Date
- 9/28/2018
- Point of Contact
- Jason C. Huth, Phone: 7757884662, Alex T. Norris, Phone: 7757884663
- E-Mail Address
-
jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil
(jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ Cover Page Incorporated Provisions and Clauses (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number W9124X-18-Q-50020 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 Aug 2018 and Defense Federal Acquisition Regulation Supplement Publication Notice 20180824 effective 24 Aug 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This requirement is solicited as Service Disabled Veteran Owned Small Business Set-Aside under NAICS 315990, Apparel Accessories and Other Apparel Manufacturing, small business size standard 500 Employees. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of Gear Bags, see item description for detailed explanation. (v) Schedule of Supplies/Services: CLIN 0001: Bug Out Bag Extended Description: Padded back straps; internal frame system; minimum 3280 cu. in. capacity; name tag panel; hydration compatible; luggage tag; removable organizer pouches; MOLLE/PALS panels; expandable main compartment; operational camouflage pattern. Manufacturer part no. or equivalent: S.O.C 5016-N-Multi Quantity Unit of Issue Unit Price Extended Price 56 Each ___________ ___________ CLIN 0002: XL Rolling Loadout Bag Extended Description: Minimum 8500 cu. in. capacity; color to be occupational camouflage pattern or coyote brown; 3 wheel/2 skid rails; adjustable carrying strap that can serve as a backpack; multiple organizational features. Manufacturer part number or equivalent: S.O.C 2038-N-Multi or 2038-O-CB Quantity Unit of Issue Unit Price Extended Price 56 Each ___________ ___________ CLIN 0003: Shipping (if required) Extended Description: Includes all associated shipping & handling of Item Numbers 0001 & 0002 with the following minimum delivery schedule: 20 each of Item Numbers 0001 & 0002 No Later Than 1 October 2018 26 each of Item Numbers 0001 & 0002 No Later Than 1 November 2018 10 each of Item Numbers 0001 & 0002 No Later Than 1 December 2018 -FOB Point: Nevada Air National Guard/152 CES, 1776 National Guard Way, Reno, NV 89502 Quantity Unit of Issue Unit Price Extended Price 1 Each ___________ ___________ (vi) Provision 52.212-1, Instructions to Offerors : The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: (a) To assure timely and equitable evaluation of the quotes, vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Provide product specifications or cut sheets for CLIN's 0001 & 0002 to accompany above schedule. Provide completed RFQ Cover Page as provided in attachments. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within four (4) business days. (vii) Provision 52.212-2, Evaluation Factors: The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Lowest Price that meets the salient physical, functional, or performance characteristics in accordance with the solicitation. (viii) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (x) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 1 apply to this acquisition. (xi) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xii) NOTICE TO ALL INTERESTED PARTIES: The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. It is requested that all questions be received no later than Thursday, September 6th, 2018 by 2:00 PM PST as all answers to questions must be posted prior to the response date. An amendment will be issued answering all questions received, providing the Government's answers. All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Wednesday, September 12th, 2018 by 2:00 PM PST. (xiii) The POC for this solicitation is: TSgt Alex Norris Mr. Jason C. Huth (775)788-4663 (775) 788-4662 alex.t.norris.mil@mail.mil jason.c.huth.civ@mail.mil List of Attachments: - Attachment 1: Incorporated Provisions and Clauses - Attachment 2: RFQ Cover Page
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5020/listing.html)
- Place of Performance
- Address: 1776 National Guard Way, Reno, Nevada, 89502, United States
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN05066509-W 20180902/180831230901-9621e0c7c498d2b6b82dd0d184105b91 (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 |