SOLICITATION NOTICE
84 -- FAST Carbon Helmets - AFSOC Approval - Brand Name Justification
- Notice Date
- 7/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T1CY3183A002
- Archive Date
- 8/21/2013
- Point of Contact
- Erika L. Martin, Phone: 8508825576, Nicole Anderson, Phone: 850-882-5576
- E-Mail Address
-
erika.martin@eglin.af.mil, nicole.anderson@eglin.af.mil
(erika.martin@eglin.af.mil, nicole.anderson@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification Letter AFSOC approval letter The AFTC Installation Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for FAST Carbon Helmets with VAS Shroud, part number 59-99-241 and 59-99-251. This is a brand name requirement and the manufacturer is Ops-Core Inc. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures; FAR Part 12, Acquisition of Commercial Items, 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. This announcement constitutes the only solicitation. The announcement number is F1T1CY3183A002. The North American Industry Classification System (NAICS) code for this acquisition is 339113 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors: Lowest Price Technically Acceptable, technical (capability of item offered to meet the government's needs) and price. Requirement (Brand Name): CLIN0001: 1 EA, QTY 30, FAST Carbon Helmets with VAS Shroud, Tan, M/L, part number 59-99-241 CLIN0002: 1 EA, QTY 35, FAST Carbon Helmets with VAS Shroud, Tan, L/XL, part number 59-99-251 CLIN0003: 1 EA, QTY 65, Shipping Quoted price should include FOB Destination. Required delivery date is no later than 120 days ARO. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013, DFARS DPN 20130710 effective 10 Jul 2013, and AFFARS current thru AFAC 2013-0327 effective 27 Mar 2013. The following provisions and clauses are applicable: • FAR 52.204-7, Central Contractor Registration (Feb 2012) • FAR 52.204-8, Annual Representations and Certifications (May 2012) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012) • FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) • FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Apr 2012) • FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) • FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.213-2, Invoices (Apr 1984) • FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) • FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • FAR 52.222-26, Equal Opportunity (Mar 2007) • FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)  DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD; Officials (Sep 2011)  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2012) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • H-850 Local clause for WAWF Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 8:00 A.M., Central Standard Time on 06 Aug 2013. Send all packages via email to Erika Martin at erika.martin@eglin.af.mil. For questions, contact Erika Martin at 850-882-5576 or by e-mail at erika.martin@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/146fb26207414ce0741bbb1e2ddc4b1b)
- Place of Performance
- Address: 201 Audette, Bldg 3107, Eglin AFB Field 3, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03123090-W 20130724/130722234607-146fb26207414ce0741bbb1e2ddc4b1b (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 |