SOLICITATION NOTICE
95 -- F2FT15219A001-Targets-Davidson - Package #1
- Notice Date
- 8/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331111
— Iron and Steel Mills
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2FT15219A001
- Archive Date
- 9/21/2012
- Point of Contact
- 1 SOCONS/LGCC, Phone: 8508843273, Tyler S. Davidson, Phone: 8508841259
- E-Mail Address
-
1socons.lgcc@hurlburt.af.mil, tyler.davidson@hurlburt.af.mil
(1socons.lgcc@hurlburt.af.mil, tyler.davidson@hurlburt.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification and Requirements Documents 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2FT15219A001 is hereby issued as a Request for Quotation. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective 26 Jul 2012. This acquisition is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this project is 331111, and Standard Industrial Classification (SIC) code 3312. The Size Standard for NAICS 331111 is 1000 employees. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: CLIN 0001 - AT-DUEL TREE - AT Dueling Tree Standard OR EQUAL, QTY 4 EA CLIN 0002 - AT-ROCKER 10in OR EQUAL, QTY 10 EA CLIN 0003 - AT-ROCK HD IPSC OR EQUAL, QTY 10 EA CLIN 0004 - UA-23 Stock- Armored up 6 Paddle Reset Target OR EQUAL, QTY 4 EA CLIN 0005 - SP7H Stock - 4 Paddle Reset Target, High Velocity OR EQUAL, QTY 7 EA CLIN 0006 - SP21H Sing HV Steel IPSC Target OR EQUAL, QTY 20 EA CLIN 0007 - SP Base Stock OR EQUAL, QTY 25 EA CLIN 0008 - F4E-4 Fire For Effect Critical Impact OR EQUAL, QTY 1000 EA CLIN 0009 - HI-6 Home Invasion Robbery OR EQUAL, QTY 1000 EA CLIN 0010 - VIP-6 Full Color Targets OR EQUAL, QTY 10 EA CLIN 0011 - F4E-3 Fire For Effect Critical Impact OR EQUAL, QTY 1000 EA CLIN 0012 - LE-8 Man in Shirt with Gun OR EQUAL, QTY 1000 EA CLIN 0013 - OLT-J Open Left Hand Overlay OR EQUAL, QTY 750 EA CLIN 0014 - OLT-DD Radio Hand Overlay OR EQUAL, QTY 10 EA **PLEASE SEE ATTACHED SPECIFICATION DOCUMENT FOR PERFORMANCE REQUIREMENTS** Delivery Terms are FOB Destination for delivery to 1 SOMXS, Hurlburt Field, Florida 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCC, Attn: SrA Tyler Davidson, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 6 Sep 2012, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2FT15219A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to tyler.davidson@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quotation. 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. The following factors shall be used to evaluate offers: (1) PRICE (2) TECHNICAL The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by the government using comparisons of the specifications of the quoted items to the specifications of the requested items. FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (Deviation) also apply to this Request for Quotation. The following incorporated provisions and clauses can be found at http://farsite.hill.af.mil): FAR 52.212-1: Instruction to Offerors - Commercial Items FAR 52.212-2: Evaluation - Commercial Items FAR 52.203-6: Restrictions on Subcontractor Sale to the Government with Alternate I FAR 52.222-6: Convict Labor FAR 52.219-1: Small Business Representations FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-28: Post Award Small Business Program Representations FAR 52.222-19: Child Labor FAR 52.222-21: Prohibition of Segregated Facilities FAR 52.222-26: Equal Oppurtunity FAR 52.222-35: Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36: Affirmative Action for Handicapped Workers FAR 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.225-13: Restriction on Certain Foreign Purchases FAR 52.225-15: Sanctioned European Union Country End Products FAR 52.232-33: Payment by electronic Funds - Central contractor Registration FAR 52.233-4: Applicable Law for Breach of Contract Claim FAR 52.252-1: Solicitation Provisions Incorporated by Reference FAR 52.252-2: Clauses Incorporated by Reference FAR 52.252-6: Authorized Deviations in Clauses DFARS 252.211-7003: Item Identification and Valuation DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statutes or Executive Orders. DFARS 252.225-7036: Buy American - Free Trade Agreement - Balance of Payments Program DFARS 252.232-7003: Electronic Submission of Payment Requests DFARS 252.225-7001: Buy American Act and Balance of Payments Program AFFARS 5352.201-9101: OMBUDSMAN Point of contact is SrA Tyler Davidson, Contract Specialist, Phone (850) 884-1259, email: tyler.davidson@hurlburt.af.mil; Michael Wenrick, Contracting Officer, (850) 884-3262, email: justin.williams@hurlburt.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT15219A001/listing.html)
- Record
- SN02862034-W 20120901/120831000133-32f8e4ce1bd873093c28db8ba4c86a51 (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 |