Flipping of Steel Ballistic Backplates
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commer... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS. The RFQ number is F5K3SP9128AW01. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm . The NAICS code is 811310 and the Small Business Standard is $7.5M. THIS REQUIREMENT IS SOLE SOURCED TO ACTION TARGET AS THEY ARE THE OEM OF THE BACKSTOP. USE OF ANY OTHER VENDOR WOULD VOID THE OEM WARRANTY IN PLACE. (See attached Justification). Per FAR 5.207(c)(16)(i), All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The deadline for submission of questions and/or quotes relating to this requirement is Monday, June 3rd at 4:00 p.m. E.S.T. Quotes/questions received after this deadline will not be accepted. Section B Schedule of Supplies: 0001: Flipping Ballistic Steel Plates at firing range. (See attached SOW). EVALUATION FACTORS: In accordance with FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999), the Government intends to issue a sole-source award to Action Target based on the attached justification. Should a responsible source submit a quote accepted by the government, evaluation factors will be published in an amendment to this notice. Section C FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1, Changes Fixed Price 52.222-41, Service Contract Labor Standards 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows: - 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) - 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-35, Equal Opportunity for Veteran (Oct 2015) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-37, Employment Reports on Veterans (Feb 2016) - 52.222-50, Combating Trafficking in Persons - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management DFARS CLAUSES AND PROVISIONS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Identification and Valuation 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7012, Preference for Certain Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.201-9101 - Ombudsman (JUN 2016) Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close at 4:00PM EST on Tuesday, June 18th, 2019. The Point of Contact for this solicitation is Paul Davisson who can be reached at 412-474-8124 or email paul.davisson@us.af.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Quotes shall be sent via email at paul.davisson@us.af.mil All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirem
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »