Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA8606-24-Q-B001
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. This solicitation is expected to result in the award of a firm-fixed-price contract for Anthropomorphic Test Dummy Solution The solicitation document, FA8606-24-Q-B001 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101. The associated NAICS code is 334519. Small business size standard is: 600 The purpose of this combined synopsis and solicitation is for the purchase and delivery of the Brand name or equal to the specification for the Joint Primary Aircraft Training System (JPATS) 5th Percentile Hybrid III and JPATS 95th Percentile Hybrid III anthropomorphic test dummy (ATD) in accordance with Attachment 1 – Requirement Specification. SCHEDULE OF SUPPLIES Submit pricing to include shipping in accordance with table below. CLIN # Description Quantity Unit Price Total Price 0001 JPATS 5th Percentile Hybrid III Manikin (equal) 7 ea 0002 JPATS 95th Percentile Hybrid III Manikin (equal) 7 ea DELIVERY SCHEDULE Delivery of the first two (2) units, one (1) 5th Percentile and one (1) 95th percentile shall be made and delivered to location one. In addition a delivery of and one (1) 5th Percentile and one (1) 95th percentile units shall be delivered to location two within five months after award. Finally, two (one 5th Percentile and one 95th percentile) units shall be delivered every 30 days to location one after that. In addition, to the Manikins the Government requests a set of technical manuals and certifications that all measurements are within specification IAW Attachment 1. Shipment shall be to the following address: Location One 1521 Test Track Rd, Bldg 1179 Holloman AFB, NM 88330 Location One Delivery Points of Contract Mr. David Tellez, david.tellez@us.af.mil , 575-572-8946 Mr. Tim Gross, timothy.gross@us.af.mil , 575-679-2674 Location Two 711th HPW/RHBFD, Bldg. 824 Wright-Patterson AFB, OH 45433 Location Two Delivery Points of Contract Timothy DeWitt, timothy.dewitt.2@us.af.mil , 937-255-2242, PROVISIONS/CLAUSES All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil The following listed FAR clauses apply to this solicitation and are hereby incorporated: FAR 52.212-1, Instructions to Offerors – Commercial Items FAR 52.212-2, Evaluation--Commercial Items, applies; evaluation factors being technical capability of the item offered to meet the Government requirement and price. Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6 Brand Name or Equal. FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-26, Equal Opportunity (E.O. 11246) FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.233-3, Protest After Award DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instruction. 8. OMBUDMSAN Col Sean Tucker, AFLCMC/AQ-AZ, has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at (937) 255-5512 or sean.tucker.1@us.af.mil . PROPOSAL DUE DATE Proposals/Quotes are due by 12:00 noon EST, 08 JUNE 2024. Proposals shall be sent via email to amanda.guzman.7.ctr@us.af.mil and ben.heath.2@us.af.mil . Any questions regarding this acquisition should be directed to Mr. Ben Heath at email: ben.heath.2@us.af.mil . Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 01 JULY 2024 Attachment 1: ATD Specifications