Skeet Team Ammo
Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) Contracting Office Address: 934th Airlift Wing/Contracting Office 760 Military Highway, Bldg. 729 Minneapolis, MN 55450-2100 This ... Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) Contracting Office Address: 934th Airlift Wing/Contracting Office 760 Military Highway, Bldg. 729 Minneapolis, MN 55450-2100 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ), solicitation number FA6633-19-Q-0009. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-03, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190628, and Air Force Acquisition Circular (AFAC) 2018-0525. The requirement for NAICS Code 332992 size standard: 1250 employees. This acquisition is for Brand Name Only for the 12 gauge with 2.75 inch 24 gram payload of target shot with size 7.5 or 9 NSN 12Inch24. All contractors must be registered in the System for Award Management (SAM) (http://www.sam.gov) database to be eligible to receive award and have completed the "On-line Representations and Certifications" within that registration. The Offeror must be an authorized, qualified, and certified vendor. Written quotes are required (oral offers will not be accepted). One award is anticipated. All quotes are due on 04 September 2019 to eva.leavitt@us.af.mil by 5 P.M. and required to be valid until 01 October 2019. Delivery date for skeet ammo team is 30 calendar days. The Skeet Team Ammo listed has been identified as meeting the minimum needs of the government. The minimum requirements for Skeet Team Ammo are; Cartridge 12 Gauge 2.75 Inch 24 Gram Payload of Target Shot, Size 7.5 or 9 NSN 12 Inch24. 1. #7.5 shot with Quantity 67,500 2. #9 shot with Quantity 75,000 Contract Line items: The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s): Contract Line Item Qty Unit of Measure Unit Price Description 0001 1 Lot Skeet Team Ammo. The lot should include the following: Cartridge 12 Gauge 2.75 Inch 24 Gram Payload of Target Shot, Size 7.5 NSN 12 Inch24. 1. #7.5 shot with Quantity 67,500 0002 1 Lot Skeet Team Ammo. The lot should include the following: Cartridge 12 Gauge 2.75 Inch 24 Gram Payload of Target Shot, Size 9 NSN 12 Inch24. 2. #9 shot with Quantity 75,000 Total Price Delivery: FOB Destination to multiple locations within US. See attached deliver information. Packaging must be in accordance with 49 CFR 173.62 Packing Instruction 130, dated 1-Oct-2016. Attachment: 20190820 SSJ (Brand Name Only) 20190820 CLS Clause Selection 20190820 Delivery Information It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffara.htm The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; and (ii) Technical acceptability of the item offered to meet the Government requirement. The Government will award an FFP contract to the Lowest Priced Technically Acceptable (LPTA) offer. Offers will be determined technically acceptable if brand name or equal items are quoted and acceptability will be verified by the buyer. Not all offers will be evaluated for technical acceptability. The lowest price offer will be evaluated, if the offer is determined technically acceptable, no other offers will be evaluated for technical acceptability. If the lowest price is not technically acceptable, the second lowest price will be reviewed. So on and so forth. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End or provision) FAR 52.222-22 -- Previous Contracts and Compliance Reports. (FEB 1999) The offeror represents that -- (a) It has, has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It has, has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:http://farsite.hill.af.mil/ (End of Provision) FAR 52.252-5 -- Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) AFFARS 5352.201-9101 Ombudsman (Jun 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Colonel Traci Kuekermurphy, HQ AFRC/DSD, 255 Richard Ray Blvd, Robins AFB GA 31098. Comm: 478-327-2440. Email: traci.kuekermurphy@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »