Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

99 -- Bullet-Resisting Panels

Notice Date
5/15/2017
 
Notice Type
Presolicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-R-0043
 
Archive Date
9/15/2017
 
Point of Contact
Katriena R. Ver Straete, Phone: 4029952703
 
E-Mail Address
katriena.r.verstraete@usace.army.mil
(katriena.r.verstraete@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A FORMAL SOLICITATION. This announcement constitutes a PRE-SOLICITATION notice in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Omaha District hereby announces its intent to issue a solicitation for the Recruiting Facilities Program, Bullet-Resisting Panels. This solicitation is UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION, under North American Industry Classification System (NAICS) code 337215. The corresponding SBA size standard is 500 employees. A small business subcontracting plan is a requirement in order for other than small business to be considered for award. A formal solicitation via a Request for Proposal (RFP) in accordance with FAR Part 12, Acquisition of Commercial Items will be issued no sooner than 15 days from the publication date of this announcement. The estimated dollar amount of this acquisition is $49MIL. The RFP will be issued as an Unrestricted Single Award Task Order Contract (SATOC) for the manufacturing, shipping, delivery, installation, and warranty for bullet-resisting panels for the locations listed below: CONUS Locations: Consists of the 48 continental States, including the District of Columbia. OCONUS Locations: Consists of the Alaska, Hawaii, Guam, American Samoa, Saipan, Virgin Islands, Puerto Rico, and other potential US Territories outside the 48 continental States. The basis for award and evaluation factors will be in accordance with the evaluation criteria outlined in the solicitation. This requirement will be awarded as firm-fixed price. The Government intends to award one (1) contract as a result of this solicitation. The duration of the resulting contract will have a 5-year ordering period. Task Orders of varying dollar amounts will be awarded within a period extending up to five years. Contractors shall be required to perform to a scope of work, but in general the type and nature of the requirements will be in accordance with the "Project Description" section within this announcement below. Project Description: The Recruiting Facilities Program (RFAC) has a requirement to provide bullet-resisting capability for the work spaces inside all identified Military Services (Services) recruiting offices or other government specified locations. Bullet-resisting capability signifies that protection is provided against complete penetration, passage of fragments of projectiles, or spalling [fragmentation] of the protective material, to the degree that injury would not occur to a person standing on the opposite side of the bullet-resisting barrier (from either side of the barrier). The Services are comprised of the following: 1) Air Force; 2) Air Force Reserve; 3) Air National Guard; 4) Army; 5) Army National Guard; and 6) Navy. The bullet-resisting capability required shall be met with the procurement of bullet-resisting panels certified at a Level 8, under standard 752 of the American National Standards Institute (ANSI)/Underwriters Laboratories (UL), "Bullet-Resisting Equipment," to be installed up against existing cubicles, walls or in open areas. To establish uniformity and continuity of appearance and maximize the use of space for all recruiting Services facilities, the required bullet-resisting panels shall have fabric (on both sides), trim, and design features complementary of the existing cubicles The objective of this contract is to provide panels to all identified Services off-installation recruiting offices, located throughout the United States and its territories, which are UL Level 8 certified, approved, and produced. The contractor will be responsible for coordinating with all of the Services facility locations, to execute shipping, delivery, and full installation as prescribed. The contractor shall complete these tasks while meeting the standards of safety, durability, dimensions, ergonomics, and structural adequacy of the new panels. The RFAC identified a need for the manufacturing, shipping, delivery, and installation of panels for all identified Services off-installation recruiting offices, located throughout the United States and its territories. These facilities are in CONUS & OCONUS locations. This requirement entails approximately 6,000 facilities or less, with the potential for additional facilities throughout the term of the contract. The Government will provide the estimated quantities that are required at each location. Please be advised of on-line registration requirements in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual Representations and Certifications. Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update. Solicitation documents will be posted to the web via Federal Business Opportunities (Fed Biz Ops) (www.fbo.gov) Registration is required to access solicitation documents. Fed Biz Ops provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Veteran's Employment Emphasis for U.S. Army Corps of Engineers Contracts. In addition to complying with the requirements outlined in FAR Clause 52.222-35, Equal Employment Opportunity for Veterans; all U.S. Army Corps of Engineers (USACE) contractors and sub-contractors at all tiers are encouraged to promote the training and employment of U.S. Veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified Veterans to perform services under this USACE contract. The following resources are available to assist USACE contractors in their outreach efforts: (1) Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx (2) Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ (3) Department of Veterans Affairs - VOW to Hire Heroes Act http://benefits.va.gov/vow/ Contractual questions concerning the solicitation should be directed via email to the Contract Specialist, Katriena Ver Straete at Katriena.r.verstraete@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-R-0043/listing.html)
 
Place of Performance
Address: CONUS Locations: Consists of the 48 continental States, including the District of Columbia., OCONUS Locations: Consists of the Alaska, Hawaii, Guam, American Samoa, Saipan, Virgin Islands, Puerto Rico, and other potential US Territories outside the 48 continental States, United States
 
Record
SN04508759-W 20170517/170515234937-7dc49a178fbfadcb7b2b5b0343159d87 (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.