Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50S8920QBX04
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 announce...
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W50S89-20-Q-BX04 is issued as a Request for Quote (RFQ) Solicitation Date: 8 July 2020 Description: Firm Fixed Priced Contract for the following items: Item 0001: IONSCAN 600, Portable/Desktop Explosives Only Trace Detector with Integrated Printer, Wand, and Standard Kit ((1) cardboard box, (2) lithium-ion batteries, Swab Multipack 25 (for 5,000 analyses), (1) verification pen, (1) Quick Start Guide (QSG), (1) CD of Operator's Manual/English, (1) unit power cable) Item 0002: Operator Training at Nebraska Air National Guard Quotations Due: NLT 1:00 p.m. CST, 23 July 2020. Quotes may be emailed to danielle.a.nuss.civ@mail.mil or danielle.a.nuss.mil@mail.mil, or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE 68524-1801. Points of Contact: Danielle Nuss, (402) 309-8269, danielle.a.nuss.mil@mail.mil FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 Items shall be received and/or training completed NLT 90 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code is 334519 and the small business size standard is 500 employees. Classification Code is 63 – Alarm, Signal, Security Detection. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://piee.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 2 July 2020. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation – Commercial Items applies and the following evaluation factor will be considered to meet the minimum requirements of the government: Lowest Price that meets the solicitation requirements. Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following FARS provisions or clauses apply: 52.232-39, 52.232-40. The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.204-7018, 252.211-7003 (will be incorporated in full text), 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7048, 252.225-7974, 252.232-7003, 252.232-7006 (will be incorporated in full text), 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at https://www.acquisition.gov.