Security Gear Items for 49th MDB, Fort Greely, Alaska
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional informa... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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. This solicitation is issued as Request for Quote (RFQ) Number W9126019Q0003 and is a 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 NAICS number is 315990. Business size standard is 500 employees. DESCRIPTION: Security gear items for 49th Missile Defense Brigade (49th MDB), Fort Greely, Alaska. The following specifications are issued as Brand Name or equal specifications. With that, the term "or equal" is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within thirty-five (35) calendar days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0023. Offerors shall structure their quote or proposal to include a price for all items as listed and described in/for CLIN 0001 through CLIN 0023 below. CLIN 0001- Belt, Utility, Police Duty; Size: Small. National Stock Number (NSN): 8465-01-625-2358. MFR: Safariland. MFR Part #: 94B-1-22. Quantity: 38 EA. CLIN 0002- Belt, Utility, Police Duty; Size: Medium. NSN: 8465-01-630-1307. MFR: Safariland. MFR Part #: 94B-2-22. Quantity: 46 EA. CLIN 0003- Belt, Utility, Police Duty; Size: Large. NSN: 8465-01-630-1303. MFR: Safariland. MFR Part #: 94B-3-22. Quantity: 59 EA. CLIN 0004- Belt, Utility, Police Duty; Size: XLarge. NSN: 8465-01-630-1301. MFR: Safariland. MFR Part #: 94B-4-22. Quantity: 6 EA. CLIN 0005- Belt, Utility, Police Duty; Size: XXLarge. NSN: 8465-01-630-1309. MFR: Safariland. MFR Part #: 94B-5-22. Quantity: 3 EA. CLIN 0006- Belt, Under (aka: Inner); Size: Small. NSN: 8465-01-625-2342. MFR: Safariland. MFR Part #: 99-1-22. Quantity: 38 EA. CLIN 0007- Belt, Under (aka: Inner); Size: Medium. NSN: 8465-01-630-1927. MFR: Safariland. MFR Part #: 99-2-22. Quantity: 57 EA. CLIN 0008- Belt, Under (aka: Inner); Size: Large. NSN: 8465-01-630-1926. MFR: Safariland. MFR Part #: 99-3-22. Quantity: 46 EA. CLIN 0009- Belt, Under (aka: Inner); Size: XLarge. NSN: 8465-01-630-1924. MFR: Safariland. MFR Part #: 99-4-22. Quantity: 6 EA. CLIN 0010- Belt, Under (aka: Inner); Size: XXLarge. NSN: 8465-01-630-1930. MFR: Safariland. MFR Part #: 99-5-22. Quantity: 3 EA. CLIN 0011- Belt Keepers, Police Duty. NSN: 8465-01-625-6254. MFR: Safariland. MFR Part #: 62-4-2H2 / 62-4-2HS. Quantity: 150 EA. CLIN 0012- Holster, Triple Retention Police, 1.5 Inch Drop; Right Handed . NSN: 8465-01-630-0836. MFR: Safariland. MFR Part #: 6365-73-131-MS30. Quantity: 125 EA. CLIN 0013- Holster, Triple Retention Police, 1.5 Inch Drop; Left Handed . NSN: 8465-01-630-0834. MFR: Safariland. MFR Part #: 6365-73-132-MS30. Quantity: 25 EA. CLIN 0014- Pouch, Magazine, Slim Line. NSN: 8465-01-625-9198. MFR: Safariland. MFR Part #: 78-76-13PBL. Quantity: 150 EA. CLIN 0015- Pouch, Magazine, Tapered. NSN: 8465-01-625-9205. MFR: Safariland. MFR Part #: 190-13PBL. Quantity: 150 EA. CLIN 0016- Handcuff w/Keys, Stainless Steel. NSN: 8465-01-625-9326. MFR: Safariland. MFR Part #: 8112 HANDCUFF. Quantity: 150 EA. CLIN 0017- Carrier, OC/Pepper Spray 1.5OZ MK3. NSN: 8465-01-625-9223. MFR: Safariland. MFR Part #: 38-4-13PBL. Quantity: 150 EA. CLIN 0018- Carrier, Radio, Open Top with Swivel Belt. NSN: 8465-01-625-9209. MFR: Safariland. MFR Part #: 762-5-13. Quantity: 150 EA. CLIN 0019- Pouch Surgical Glove. NSN: 8465-01-626-0056. MFR: Safariland. MFR Part #: 33-3-22V. Quantity: 150 EA. CLIN 0020- Holder, Baton, MONADNOCK. NSN: 8465-01-625-7829. MFR: Safariland. MFR Part #: MONADUCK 3800. Quantity: 150 EA. CLIN 0021- Baton, MONADNOCK AutoLock II. NSN: 8465-01-625-7830. MFR: Safariland. MFR Part #: MONADUCK 9830. Quantity: 150 EA. CLIN 0022- Flashlight Holster, Synthetic. NSN: 6230-01-523-6437. MFR: SureFire LLC. MFR Part #: V70. Quantity: 150 EA. CLIN 0023- Flashlight, LED, Compact. NSN: 6230-01-623-4223. MFR: SureFire LLC. MFR Part #: 6PX-C-BK / 6PX-A-BK / or 084871320283. Quantity: 150 EA. FOB DESTINATION Ship-To-Address for all items listed and described in/for CLIN 0001 through CLIN 0023 above is 49th MDB, Bldg 635 Arctic Ave, Fort Greely, Alaska 99731. QUOTE/PROPOSAL PREPARATION INSTRUCTIONS: The offeror shall accurately, fully, and clearly demonstrate in their quote or proposal, how the products or items proposed meet the requirements set forth in this solicitation; regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors that offer products or items against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote or proposal. Award will be made without discussion. Therefore, each offeror is encouraged to and must submit their best terms with their quote or proposal. The most current version of provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer if the Offeror's FAR 52.212-3, Representations and Certifications--Commercial Items, are not current or up to date in System for Award Management (SAM) system. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, descriptive literature, technical specifications, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are desired to be delivered FOB Destination within 35 calendar days after receipt of Purchase Order. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified small business sources that believe they can provide the required products/items must respond no later than 4:30 PM, Mountain Time, 8 August 2019. Contract award is anticipated no later than 23 August 2019. The Government plans on issuing a purchase order for this procurement. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate quotes and/or proposals: (1) Technical - acceptability of the products, items or services offered; (2) Delivery Schedule - ability to meet the required delivery date; (3) Socioeconomic Status - small business socioeconomic status; and (4) Total Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. The most current versions of the following Federal Acquisition Regulation (FAR) clauses are applicable to this acquisition: 52.202-1, Definitions 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2018-O0021) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-6, Drug-Free Workplace 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.232-1, Payments 52.232-8, Discounts For Prompt Payment 52.232-11, Extras 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference The most current versions of the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Quotes or proposals sent via the US Postal Service should be mailed to Army Contracting Command - Colorado Springs, ATTN: CCAM-CAB (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes or proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes or proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes or proposals are received no later than 4:30 PM (Mountain Time) on 8 August 2019. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.p.knowlton.civ@mail.mil. Response sent to any other email address will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »