EOD Replica Ordnance (3 devices)
NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicit... NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. -------- (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 is a sole source effort to Bombs Away LLC. Quotes from other vendors will not be considered. This announcement constitutes the only solicitation; a written solicitation will not be issued. Also, in accordance with FAR 5.301(b)(6), a post award synopsis will not be issued. (ii) The solicitation number is FA6643-20-Q-0098, and the solicitation is being issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. (iv) The associated NAICS code is 325211 and small business size standard is 1250 employees. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable): (vi) Description of requirements for the items to be acquired: General Requirement: Models may be fabricated from solid urethane, custom machined metal or mixture of both. Must have capabilities of providing all (inclusive) models listed. Factory Exact Replicas devices must be: Light weight man-transportable trainer Dimensionally correct Highly detailed with correct colors and identifying markings and features Durability should be comparable to the factory original item Specific Minimum requirements of each ordnance: 0001 Replica Bomb 500lb Mk 82 Bomb body will be exact dimensions as the original with the functional purpose of removal and installation of adapter boosters, nose and tail fuzes, and suspension lugs, and charging well. Overall training aid weight should not exceed 85lbs Metal inserts For the suspension lug and charging well Nose and tail of bomb will be metal with 3 inch fuze-well Accessories include an metal adapter booster that will accept 2 inch diameter fuzes Bomb trainer will be stenciled “INERT” in 3 inch contrasting colors FFP QTY: 1ea: $________ 15ea: $________ Total 0002 Replica AIM-9M SIDEWINDER MISSILE / FFP / QTY 15ea. Missile body will be exact dimensions as the original with the functional purpose of removal and installation on various missile launchers Overall training aid weight should not exceed 100lbs Missile constructions may be a combination of steel, aluminum with no degradation when mounted on missile launcher The guidance control section should replicate the AIM-9M Guidance control section with infrared opaque eye Metal fins with fin sockets Fittings material should be rust resistant Rocket motor section with arm/safe block, stripe, stenciling, decals, LAU-7 mounting blocks Trainer will be stenciled “INERT” in 3 inch contrasting colors FFP QTY: 1ea: $________ 15ea: $________ Total 0003 Replica AGM-114 HELLFIRE MISSILE (QTY 15 each): Missile body will be exact dimensions as the original with the functional purpose of removal and installation on various missile launchers Lightweight training aid should not exceed 115lbs Missile constructions may be a combination of steel, aluminum with no degradation when mounted on missile launcher Glass or clear plastic optical dome and reflective gyro Guidance control section with infrared opaque eye Missile mounting will be metal Missile finish will be rust resistant Trainer will be stenciled “INERT” in 3 inch contrasting colors FFP QTY 1ea: $________ 15ea: $________ Total Total Evaluated Price: Clin0001 Replica Bomb 500lb Mk 82 15ea $_____________ Clin0002 Replica AIM-9M SIDEWINDER MISSILE 15ea $_____________ Clin0003 Replica AGM-114 HELLFIRE MISSILE 15ea $_____________ TOTAL $_____________ (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Required delivery is 30 days ARO, to DoDAAC F5BFCE. Inspection and Acceptance is at Contractors Facility, FOB Origin. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with the proposal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: FAR: 52.204-7, System for Award Management (Oct 2016) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-2, Inspection of Supplies-Fixed Price (Aug 1996) 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS: 252.204-7000, Disclosure of Information (Oct 2016) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.227-7015, Technical Data-Commercial Items (Feb 2014) 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (May 2013) 252.227-7028, Technical Data or Computer Software Previously Delivered to the Govenrment (Jun 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) Fill-in: Will be provided at time of award AFFARS: 5352.201-9101, Ombudsman (Jun 2016) Fill-in: Will be provided at time of award (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this effort. (xv) Quotes are due to the contracting officer (Jimmy Ezzell) by 5PM EST on 6 July 2020. (xvi) For information regarding the solicitation, please contact Jimmy Ezzell at jimmy.ezzell@us.af.mil.
Data sourced from SAM.gov.
View Official Posting »