SOLICITATION NOTICE
84 -- SECURITY FORCES DEFENSIVE TACTICS EQUIPMENT
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6T3SE0256A001
- Response Due
- 9/22/2010
- Archive Date
- 11/21/2010
- Point of Contact
- Heidi R Weber, 509 247 7224
- E-Mail Address
-
141 ARW/MSC
(heidi.weber@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Reference number F6T3SE0256A001 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is set aside for small business; the associated NAICS code is 339999 and small business size standard is 500 EMPLOYEES. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 2:00 PM Pacific Time on 22 SEPTEMBER 2010 to Heidi.weber.@us.af.mil 509 247 7224 submitted by email ALL QUESTIONS MUST BE IN EMAIL/FAX FORMAT. NO TELEPHONE QUESTIONS WILL BE ENTERTAINED. All questions, if there are any, will be email no later than 21 Sept 2 pm pacific time. This quote due date will not be extended for any reason. *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the purchase of: SECURITY FORCES TACTICS EQUIPMENT 0001-AA -Foldable Tactical Training Mats: 4x8x1.5 Mats shall be constructed in 2 FOOT pannels, that fold. They shall have 2 INCH velcro on all four sides enabling them to be velcroed togeather to make one large matt. Cover shall have protective coating inorder to train with shoes and boots on. color Royal Blue or Black (all must be the same color) 16 EACH 0002-AA Cuff-Man Arrest & Control Dummy: Cuff Man is a human feratured training dummy with flexible joint actionis in his wrist, elbows, shoulders, knees, and hips. Musn have locking elbows to preform arm-bar techniques. Hands and fingers are made of a flexible and durable pol-ulrethane compound. Extended Chin for grappling techniques. Velcro loop sewn into the heavy duty cordura suit on both front and back. includes back board wrapped with velcro hook and free standing mount 1 EACH 0003AA Bob XL Sparring Partner: 65L x 24W, Bob Sparring Partner. Made of urethane foam, coated with a polyurethane compound. It must be monted on a base that has an adjustable Pole. Height adjustment the 6 twist and Lock Mechanism. Adjustable heitht 66 to 72 inches. 1 EACH 0004-AAShipping and Handling 1 EACH *ALL QUOTES MUST INCLUDE SHIPPING, AND INSIDE DELIVERY COSTS* *ALL ITEMS ARE OR EQUAL* INCLUDE CAGE CODE AND TAX ID ON QUOTE* Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA. 99011. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, price and other factors considered. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T3SE0256A001/listing.html)
- Place of Performance
- Address: 141 ARW/MSC Washington Air National guard Fairchild AFB WA
- Zip Code: 99011-9439
- Zip Code: 99011-9439
- Record
- SN02286058-W 20100919/100917234837-36df4b7485ceb93d2592a7489439ee13 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |