Weapons Rack
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 anno... 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number FA6633-19-Q-A013 is hereby issued as a RFQ (Request for Quote). Response Date: 30 August 2019, 2:00 PM CST This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective 12 Jul 2019, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190628, and Air Force Acquisition Circular (AFAC) 2018-0525 This is set aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 337215, and Federal Stock Class (FSC) code is 7125. The Size Standard for this NAICS is 500 employees. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to deliver the following items: Line Item Description Quantity Unit Price Total 0001 Brand Name or Equal to the Spacesaver system Seven Weapons Storage racks capable of holding 20 M4 and 20 M9. Size: 84h x 42 3/8w x 16/ 1/8d. One Weapons Storage racks capable of holding 10 M4 rifles and 10 M9 pistols. Size: 45h x 42 3/8w x 16/ 1/8d. One Weapons Storage racks capable of holding 12 M249. Size: 84h x 42 3/8w x 16/ 1/8d. One Weapons Storage racks capable of holding 7 M240B. Size 84h x 42 3/8w x 16/ 1/8d. NOTE: Additionally all M9 storage locations must be capable of storing the M18 in its place. Totals: M9 - 150 M4 - 150 M249 - 12 M240B - 7 1 Kit Total Price: *******CLIN prices shall include all delivery costs to the following addresses: 934th Airlift Wing Minneapolis/St Paul MN See Attached: 20190806 Clause Selection 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 52.211-6 - Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) (DEVIATION 2018-O0018). Addendum to 52.212-1, Instructions to Offerors - Commercial Items THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. PROVISIONS FROM THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD. 1.1 Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated offer via e-mail to: karen.gillen@us.af.mil or chin.dahlquist.1@us.af.mil with the solicitation number in the subject block, by 30 August 2019 at 2:00 PM CST. Submit a dated Offer Schedule marked with solicitation number FA663319QA013 and a specification sheet that provides your proposed product information IAW the CLIN Structure. Include acknowledgement statement of any amendments, if any. Facsimile offers will not be accepted. In addition to the items required by 52.212-1(b), the offeror shall complete the Vendors Information and Vendors Offer Information at the end of this Request for Quotation. This information shall be submitted with the offer. 1.2 Addendum to FAR 52.212-1(c), Period for acceptance of offers. This paragraph is tailored to read as follows: The offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers. 1.3 Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). 1.4 Class Deviation 2018-O0018-Micro-Purchase Threshold, Simplified Acquisition Threshold, and Special Emergency Procurement Authority. Effective August 31, 2018. This deviation remains in effect until it is incorporated into the FAR or DFARS, or otherwise rescinded, (j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) * * * 1.5 QUESTIONS. All questions regarding this solicitation shall be submitted to karen.gillen@us.af.mil and/or carbon copy chin.dahlquist.1@us.af.mil. (End of Provision) 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) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this address:http://farsite.hill.af.mil/ (End of Clause) 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) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »