Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

53 -- Breaching Doors

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-15-T-0014
 
Response Due
2/12/2015
 
Archive Date
3/30/2015
 
Point of Contact
Michael Groves, 573-596-0256
 
E-Mail Address
MICC - Fort Leonard Wood
(michael.d.groves.civ@mail.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. 1.Combined synopsis/solicitation for Breaching Doors. 1.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55, effective January 3, 2012. 1.2 This is a small business set-aside under NAICS 332321 Metal Window and Door Manufacturing. 1.3 All items shall be FOB Destination to Ft. Leonard Wood, MO. 2.Ft. Leonard Wood, MO. requires the following items: Item 0001: quantity: 8. Built-In Adjustable Breaching Door Linear Charge 3 Burglar Door Cut Replicates an actual door frame and door Door measures 80 height, 48 width Door frame is black in color Door frame composition is steel Breaching door is composed of steel, is reusable for multiple explosive breaches Door frame is portable and capable of being relocated as training dictates Door has three locations which can be explosively breached Door has a built in burglar door which can be cut off Door has a variable tension spring latch Item 0002: quantity 10. Built-In Adjustable Breaching Door Replicates an actual door frame and door 80 height, 48 width Door frame is black in color and capable of mounting a standard door measuring 80x48 Door frame composition is steel Breaching door is composed of steel, is reusable for multiple breaches, and is capable of withstanding the effects of multiple ballistic, mechanical, and explosive breaches Door frame is portable and capable of being relocated as training dictates 3. Type of Contract: The government anticipates a single award of a firm-fixed-price contract. 4. Proposal Evaluation and Basis for Award 4.1 In accordance with FAR 52.212-4 Evaluation Commercial Items the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's proposal should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Trade-offs between cost/price and non-cost/price factors are not permitted. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete price proposals may be the grounds for eliminating a proposal from competition. Proposals/offers shall be submitted via e-mail to michael.d.groves.civ@mail.mil. All proposals/offers shall reference solicitation number W911S7-15-T-0014 in the subject line. Proposals/offers shall be submitted so as to arrive in government possession no later than 10:00am Central Standard Time on 12 February 2015. 4.2 Evaluation Factors for Award In accordance with FAR 52.212-4 Evaluation-Commercial Items 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. Factors 1 and 2 will receive an adjective rating of Acceptable or Unacceptable. The following factors shall be used to evaluate offers: Factor 1: Meets required salient characteristics of items specified in Paragraph 2. Factor 2: Price 5. The following FAR and DFARS provisions and clauses are incorporated into this solicitation and any resulting contract: 52.219-6 252.246-7000 Notice of Total Small Business Set-Aside. Material Inspection and Receiving Report NOV 2011 MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.225-3 Buy American Act--Free Trade Agreement--Israeli Trade Act JUN 2009 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC2011) 52.225-4 Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate JUN 2009 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2011) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.216-1 TYPE OF CONTRACT (APR 1984) 52.212-2 Evaluation-Commercial Items (JAN 1999) Invoicing and payment shall be made using the Department of Defense Wide Area Work Flow (WAWF) system. 6. The point of contact for this solicitation is Mike Groves, Contracting Specialist; via e-mail at: michael.d.groves.civ@mail.mil. Technical questions must be in writing and are due by 10am Central Standard Time on 5 February 2015. No phone calls. 7. Alternate point of contact for this solicitation is SFC Judith Lommer, Contracting Specialist; via e-mail at: Judith.a.lommer.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be498e6dfff0c02684d1e3b78ab6326c)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN03628404-W 20150131/150129235139-be498e6dfff0c02684d1e3b78ab6326c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.