SOLICITATION NOTICE
56 -- Armored Ballistic Panels
- Notice Date
- 8/30/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-16-T-0009
- Archive Date
- 9/30/2016
- Point of Contact
- Curtis.P.Clements,
- E-Mail Address
-
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is W912J2-16-T-0009. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This requirement is 100% small business set aside Applicable NAICS 326199. All other plastic product manufacturing, the small business size standards is 750 Employees. The Wisconsin Army National Guard (WIARNG) requirement is for. (see below for product specifications.) This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the Lowest Price, Technically Acceptable quoter without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Shipping is FOB destination Please see below for place of performance. Submit a bid for the following: CLIN 0001: Ballistic Panels- Armored core panel, NIJ III, UL5 rated, 7.62MM 48" X 84" ballistic core. Framed finished size- 49.5" X 85.5" Ground clearance is 2". Final height on trucks is 87.5" Upholstered in Tan acoustic Fabric. Tackable Surface. Overall width at wheels is 32" QTY 28 CLIN 0002: Truck (sets of 2.) Custom designed wheel truck sets HD 4" casters with a total lock feature. (Painted to match the ballistic panel cloth Surface.) QTY 28 CLIN 0003: Shipping FOB Destination to: USPFO for WI 1 Williams St Camp Douglas, WI 54618 The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-2 - Evaluation-Commercial Items 52.212-3 - Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1- Provisions Incorporated by Reference (http://farsite.hill.af.mil) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7 - System for Award Management 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment   Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0003. 2. Image of supply items. 4. Representations and Certifications (52.212-3 Alt 1). 5. Active SAM Registration (please submit vendor cage code) Submit offers in response to this synopsis/solicitation to curtis.p.clements.mil@mail.mil. Offers received after 1:00pm CST on September 15th, 2016 may not be considered unless determined to be in the best interest of the government. Email any questions to curtis.p.clements.mil@mail.mil by 08SEP2016 12:00pm CST. All questions will be answered and uploaded to fbo.gov by 4:00pm 09SEP2016. It is the vendor's responsibility to check www.fbo.gov for any updates or changes. Contracting Office Address: USPFO for Wisconsin, 1 Williams St. Camp Douglas, WI 54618 Place of Performance: USPFO for WI 1 Williams St Camp Douglas, WI 54618 Point of Contact(s): SFC Curtis Clements curtis.p.clements.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-16-T-0009/listing.html)
- Place of Performance
- Address: USPFO for WI, 1 Williams St, Camp Douglas, Wisconsin, 54618, United States
- Zip Code: 54618
- Zip Code: 54618
- Record
- SN04246952-W 20160901/160830235216-5db6c48dcfa58d6eac674da8ae0520b0 (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 |