Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50SC2-22-R-0008
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 W50SC2-22-R-0008 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07. This requirement is posted as a small business (SB) set-aside. The NAICS code is 336413 and the size standard is 1,250 employees. The Product Service Code is 1680. SBs are requested to provide a quote for CLIN 0001 Wireless Gate Release Mechanism (WGRM) one (1) EACH, that meets the following requirements: (1) MCS (Master Control Station) with Charger- Controls the light/heavy wireless gate release mechanisms via a wireless signal from the MCS. Equipment must be capable of assigning, arming, and releasing wireless gate release mechanisms. (2) HWGRM (Heavy Wireless Gate Release Mechanism) (and Charger) with Ratchet/Webbing- Provides aft restraint and serves as a release gate during airdrop operations. Must be capable of restraining up to 17,800 lbs. Must release webbing upon wireless command from Master Control Station. (3) LWGRM (Light Wireless Gate Release Mechanism) with Ratchet/Webbing- Provides aft restraint and serves as a release gate during airdrop operations. Must be capable of restraining up to 4100 lbs. Must release webbing upon wireless command from Master Control Station. (4) Wheeled Transit Case- Prolongs the life of the system. Must be capable of protecting the system from environmental factors such as prolonged exposure to sunlight/moisture. (5) Electronic Flight Bag (EFB) application and signal relay bridge- Provides communication between EFB and Wireless Gate Release Mechanisms. Must be capable of providing all functions of Master Control Station on Electronic Flight Bag. All items must be operable with C-130 H/J aircraft. All items must be new. All items must have a minimum 1 year comprehensive warranty. All items must include FOB Destination delivery to the Bradley Air National Guard Base at 161 Rainbow Road, Building 2, East Granby, CT 06026. All firms must be registered in the System for Award Management (SAM) database at SAM.gov to be considered for award. Questions should be sent to 2d Lt Eric M. Hoss at eric.m.hoss.mil@army.mil and TSgt Delmar Munoz at delmar.munoz.mil@army.mil by 10:00 AM, EDT, on August 30, 2022. Responses to questions will be posted on SAM.gov by 10:00 AM, EDT, on August 30, 2022. Quotes are required to be received no later than 10:00 AM, EDT on September 1, 2022. Quotes must include a manufacturer’s document that shows the specifications, delivery schedule and an information sheet of what the manufacturer warranty covers. Quotes must be valid for 30 days. Payment will be EFT and payment and invoicing will be through WAWF. Payment terms are NET 30 Days. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. Offers will be evaluated for best value which is made up of the following three categories; price, past performance, and delivery schedule, where price will be equal to past performance and delivery schedule when they are combined. Delivery is preferred within 30 days of award however, given current supply-chain issues, alternative delivery schedules will be considered (but ranked lower). Past performance will be evaluated by reviewing CPARS ratings. If no CPARS ratings are available then that offeror will receive a neutral rating for past performance. The evaluation of the offers is subjective and 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. Standard provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-07. The provisions at 52.204-24, Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-26, Covered Telecommunications Equipment or Services – Representation, and 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. The clauses at 52.212-4, Contract Terms and Conditions – Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial items, apply to this acquisition. The Contracting Officer for this acquisition is 2d Lt Eric M. Hoss, (860) 386-4075, USPFO-CT P&C, 360 Broad Street, Hartford, CT 06105-3706.