SOLICITATION NOTICE
99 -- Assorted Steel Targets - Details and Quantities
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- W90M8A81570400SteelTargets_repost
- 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
- N/A
- Description
- Details Details and quantities This combined synopsis/solicitation and is being issued as a total small business set aside. The Northern America Industry Classification System Code (NAICS) is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing. The size standard is 750 employees. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published.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: Item 01, Spinner Target, 2 each; Item 02, US Popper Target, 8 each; Item 03, TAC BCCZ with Armor Plat e Post and Tube Base, 2 each; Item 04, BC-C Zone Target with 2x4 Bracket and Base, 6 each; Item 05, Pepper Popper Target, 4 each; Item 06, Sportsman T-post Target 4" to 1 2" TPTH Target Size - 12 inch, 1 each; Item 07, Sportsman T-post Target 4" to 12" TPTH Target Size - 10 inch, 1 each; Item 08, Circle Gong 3/8" AR550 Gong Sizes - 12 Inch Circle Gong, 4 each; Item 09, Sportsman 2x4 Leg Brackets (Set of Two), 16 each; Item 10, Pepper Popper with Stab and Shoot Base, 4 each; Item 11, US Popper with Stab and Shoot Base, 6 each; Item 12, TAC IPSC Target, Armor Plate Post and Tube Base, 6 each; Item 13, Square Gong 3/8" AR550 Gong Size - 12 inch Square Gong, 4 each; Item 14, Square Gong 3/8" AR550 Gong Size - 10 inch Square Gong, 4 each; Item 15, Square Gong 3/8" AR550 Gong Size - 8 inch Square Gong, 4 each; Item 16, Flash Target UHMW BCCZ 72 inch Legs FTC72 Target Face - 18 x 24 Target Face, 3 each; Item 17, Cardboard Target Pop Up Bracket, 2 each; Item 18, Auto-Popper Auto Resetting Target AP Bas e - Sniper Legs AP Shape - Colt Speed Plate, 4 each; Item 19, Colt Speed Plate, 28" Tall, 4 each; Item 20, Circle Gong 3/8" AR550 Gong Size - 6 inch Circle Gong, 4 each; Item 21, Flash Target UHMW BCCZ 72 inch Legs FTC72 Target Face - M GM BCCZ Target Face, 3 each; Item 22, Double Lolli Popper Target Size - 8 inch, 2 each; Item 23, Pepper Popper, Split, 1 each; Item 24, Snapper Target, 2 each; Item 25, US Popper - Auto Reset, 3 each; Item 26, KYL - Know Your Limits Target, 3 each; Item 27, Slider Triple Dropper, 1 each; Item 28, Deluxe Plate Rack, MGM Spacing, 1 each; Item 29, TAC Rectangle, 18" x 24" Target Only, 3 each; Item 30, Drop Turner, 4 each; Item 31, Pressure Plate Target Activator, 2 each; Item 32, TAC BCCZ with Armor Plate Post and Tube Base, 3 each. The acceptable material for target manufacture is AR550 steel or higher. AR550 steel provides the hardness required to ensure durability and less pock-marking of the target face. These targets will be subject to a variety of ammunition of low to high caliber and power. Pock-marking leads to safety issues when shooting at closer ranges. The minimum thickness is 3/8"; however, these targets will be transported to ranges and must also be portable so weight will be a factor. See attachments for descriptions and pictures. Evaluations Factors: Award will be made on the basis of best value. Evaluation will be made on the following and in order of precedent: technical specifications, price, and then delivery time. Please include full description and specifications along with expected delivery time with your proposal. The Government retains the right to award to other than lowest price. Technical specifications must clearly identify which target components are manufactured using AR550, or higher, steel and how they are attached to the post. 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 With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National 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.g
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8A81570400SteelTargets_repost/listing.html)
- Place of Performance
- Address: 12953 South Minuteman Drive, Draper, Utah, 84020, United States
- Zip Code: 84020
- Zip Code: 84020
- Record
- SN05080590-W 20180912/180910231038-ee2b07e8b910008f8ea663bea898ad2b (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 |