Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q-19-R-0035
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional inform...
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-19-R-0035 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-05, Effective 13 August 2019 and the Defense Federal Acquisition Regulations (DFARS) updated 20190809, Effective 09 August 2019. The provisions and clauses incorporated into this solicitation are attached separately on the RFQ Sniper Targets Ballistics Shields Word Document. This requirement is being issued as a Small Business Set-Aside. The North American Industrial Classification System Code is 332999 with a standard size of 750 employees. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order for the following supply (See attached Specification sheet): CLIN 0001- FREE STANDING BASE FOR THE 7.62 CALIBER WEAPON IN CLIN 0001- Minimum/Salient Characteristics are the following: Universal free standing base with 4 carry handles for portability. Base designed for .762 Caliber. Kill zone target should slide in base at a forward angle for ricochet deflection. 30 EACH CLIN 0002- SNIPER TARGETS FOR 7.62 CALIBER WEAPON- Minimum/Salient Characteristics are the following: • Self-resetting sniper target that is used to distinguish mortal vs. non-mortal hits designed for .762 Caliber. • Provides audible feedback when hit up to 800 meter minimum. • Provides visual feedback which consists of the "Kill" zone falling backwards, which temporarily raises a white "Kill" indicator. Visual up to 800 meter minimum. • Kill zone target silhouette designed for .762 Caliber. • Kill zone should be mechanical gravity auto-resetting in less than 4 seconds. • Non Mortal zone target silhouette should have 4 carry handles for portability. 30 EACH CLIN 0003- FREIGHT/SHIPPING FOR CLINS 0001 AND 0002 TO THE FOLLOWING: Camp McCain Training Center 3151 James H Biddy Rd. Grenada, MS 38901 1 EACH CLIN 0004- INFANTRY LIFTER BALLISTICS SHIELDS- Minimum/Salient Characteristics are the following: 40"L x 24"W x 16"H maximum dimension hardened ballistic steel Stationary Infantry Target (SIT) ballistic shield. Should be portable with built in lift ports. Multi terrain use. Encloses SIT for 4 sided protection. Replaceable front strike plate. Fabricated from Non-Toxic hardened ballistic steel. Weight should be less than 250 LB 50 EACH CLIN 0005- INFANTRY LIFTER BALLISTICS SHIELD VULCANIZED RUBBER KIT- Vulcanized Ballistic Rubber Kit that mounts to and encapsulates the Infantry Lifter Ballistics Shields Listed above for additional safety and ricochet protection. 1.5" minimum thickness 50 EACH CLIN 0006- FREIGHT/SHIPPING FOR CLINS 0004 AND 0005 TO THE FOLLOWING: Camp Shelby Range Control Building 5200 Grapevine Road Camp Shelby, MS 38901 1 EACH See the attached Specification list for supplies to be provided. Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.222-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 04 SEPTEMBER 2019. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1700; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.