Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2017 FBO #5788
MODIFICATION

69 -- Range Target Equipment

Notice Date
9/26/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 290 California Ave., Jolon, CA 93446
 
ZIP Code
93446
 
Solicitation Number
FHLDPTMSLF0044
 
Response Due
9/27/2017
 
Archive Date
3/26/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is FHLDPTMSLF0044 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 336992 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jolon, CA 93928 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Cover, Access, A rigid or flexible item of various shapes attached to a structure for the purpose of providing access for inspection, service, replacement of components and/or adjustments or mounting operations. It is designed to be attached by means of bolt holes, slots, mounting ears, tabs, and the like. To permit access, the mounted cover requires partial or complete removal. It may include an observation window. For items permanently attached by hinges and the like. Price must include delivery. NSN: 5340-01-388-7961 (part# 9356967) or Equal, 200, EA; LI 002: Splice conductor, Busbar. A definite length of one-conductor electrical wire, wire braid, or other conductive material, except cable or cord, one or both ends of which are processed or terminated. The lead may be of any size or shape, insulated or uninsulated. Price must include delivery. NSN: 6150-01-389-8936 or Equal., 20, EA; LI 003: Contact, Electrical, Shoe. PiAn item consisting of an electrically conductive material designed to furnish a surface which will physically and electrically meet another conducting surface for the purpose of transferring electrical energy and/or opening and closing circuits. Includes moving contacts which make and/or slide over stationary contacts or other stationary conductive material to a resulting fixed position. Excludes items which are used in conjunction with continually moving surfaces or which make contact by gripping action of the contact surfaces.Price Must include delivery. NSN: 5999-01-206-0193 or Equal, 40, EA; LI 004: Range Target, Silhouette, Paper An item designed to be fired at from a specified range during the practicing with or in the testing of firearms such as pistols, rifles, and the like, in order to establish a degree of accuracy. It generally consists of a single centrally located image, usually black in color and shaped to simulate the silhouette of a man in prone (head and shoulder) or kneeling position, a tank or series of tanks, and the like. It may or may not have progressively larger outlines of image around it and may have one or more similar combinations of images arranged in various patterns or formations upon a common background. The area between the outlines of images are usually designated by assigned numerals decreasing in numerical value from the center to outer edges. The overall shape or appearance may be square, oblong, or irregular, depending upon the simulated outline. It usually consists of paper, pasteboard or similar pliable material. Price must include delivery. NSN: 6920-00-795-1806 or Equal., 40, Box; LI 005: Cover, Access, Busbar - A rigid or flexible item of various shapes attached to a structure for the purpose of providing access for inspection, service, replacement of components and/or adjustments or mounting operations. It is designed to be attached by means of bolt holes, slots, mounting ears, tabs, and the like. To permit access, the mounted cover requires partial or complete removal. It may include an observation window. For items permanently attached by hinges and the like, see DOOR, ACCESS (as modified). Price must include delivery. NSN: 5340-01-388-6220 or Equal., 200, EA; LI 006: Target Mannequin 3D: An item designed to be fired at from a specified distance during practice with or testing of firearms such as pistols, rifles and the like. It consists of a three dimensional dummy type representation of a person which provides height, width, and thickness as target surfaces. It may have various positions such as, but not limited to, prone, kneeling, running, and standing and various material and sizes with numerals or legends. Price must include Delivery. NSN: 6920-01-164-9625 or Equal., 40, Box; LI 007: Rope, Fibrous 1/4" - An assemblage of fibers or filaments (includes natural or synthetic fibers with the exception of asbestos) in the form of a continuous cylindrical length, 1 1/4 inch (3.175 mm) or over in nominal diameter. It is stranded construction made by twisting or laying together 3 or more strands in which each successive twist direction is in the opposite direction to the preceding twist. Price must include delivery. NSN: 4020-00-928-3438 or Equal, 8, Reel; LI 008: Hanger Cables - A metallic or nonmetallic item of various shapes, designed to position, suspend, support and/or secure electrical cable(s) to utility poles, bulkheads, messenger wires or other supporting surfaces. It may be fastened to the structure by means of rod(s), bolts(s), screw(s) and the like. Price must include delivery. NSN: 5975-01-194-3419 or Equal., 200, EA; LI 009: Reverse Poloarity - No-Power Material/ IRT's reverse polarity No-Power Material. Lightweight, low E intened for use and an alternate to electrically powered thermal targetry for live fire gunnery training. When viewed through the thermal sige, no power material will present reverse image shapes. Green in color. Price must include delivery. Part # 0041-NPM-GRN or equal, 8, Roll; LI 010: Reverse Poloarity - No-Power Material/ IRT's reverse polarity No-Power Material. Lightweight, low E intened for use and an alternate to electrically powered thermal targetry for live fire gunnery training. When viewed through the thermal sige, no power material will present reverse image shapes. Tan in color. Price must include delivery. Part # 0041-NPM-TAN or equal, 8, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cee71a72290fe25a13609a2948821854)
 
Place of Performance
Address: Jolon, CA 93928
Zip Code: 93928
 
Record
SN04694695-W 20170928/170926231731-cee71a72290fe25a13609a2948821854 (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.