SOLICITATION NOTICE
99 -- 58 OSS AIRCREW SUITS - Solicitation
- Notice Date
- 5/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- FA940118Q0012
- Archive Date
- 6/5/2018
- Point of Contact
- Isaiah Whittaker, Phone: 5058465725, Ulrich V. Lichtwardt, Phone: 5058537109
- E-Mail Address
-
isaiah.whittaker.6@us.af.mil, ulrich.lichtwardt.1@us.af.mil
(isaiah.whittaker.6@us.af.mil, ulrich.lichtwardt.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation notice for commercial product/services 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 and a written solicitation is attached. Solicitation RFQ FA9401-18-Q-0012 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-97, dated 24 Jan 2018. This requirement is set-aside 100% for Small Business. North American Industry Classification System Code (NAICS) is 315210 - Cut and Sew Apparel Contractors, with a size standard of 750 employees. All qualified small businesses under this industry are encouraged to submit quotes. DESCRIPTION OF REQUIREMENT: Purchase of new survival vests and components for the Special Operations Wing aircrew members. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation FA9401-18-Q-0012, signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions. **NOTE** responses to the above solicitation shall be submitted electronically if the capability is there to do so. If not, please contact the personnel below under the Contracting Office Contact Information for additional instructions. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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. The following factors shall be used to evaluate offers: i - Technical Acceptability, technical evaluation team will evaluate by assigning a rating of "acceptable" or "unacceptable". The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal. A. Must meet brand name or equal to Eagle Industries, to meet minimum specifications of Product Number: CIACSSMSFCCA COMBAT INTEGRATED ARMOR CARRIER SYSTEM, SMALL, MOL 12.00 PC CIACSMMSFCCA MS CIACS SYSTEM MEDIUM FR CCA 50.00 PC CIACSLMSFCCA COMBAT INTEGRATED ARMOR CARRIER SYSTEM, LARGE, MOL 15.00 PC CIACSXLMSFCCA COMBAT INT. ARMOR CAR. SYS., XLARGE, 3.00 PC MOLLE, FR CCA ESBSPP5S P5 SPEAR BALCS Soft Armor Panel Set Small 12.00 SET ESBSPP5M P5 SPEAR BALCS Soft Armor Panel Set Medium 50.00 SET ESBSPP5L P5 SPEAR BALCS Soft Armor Panel Set Large 15.00 SET ESBSPP5XL P5 SPEAR BALCS Soft Armor Panel Set Extra Large 3.00 SET EAPMSFCCA MS EGRESS AIR BOTLE PCH FR CCA 10.00 PC RPMBITRAMSFCCA MS RADIO PCH MBITR FR CCA 80.00 PC UT935AMSFCCA Utility Pouch, 9x3x5, Aviator, MOLLE, FR CCA 220.00 PC MED/UTMSFCCA MEDICAL/UTILITY, ARMY, MOLLE SYSTEM 80.00 PC UTMSFCCA MS UTILITY POUCH FR CCA 80.00 PC DRPMSFCCA DETACHABLE REGULATOR POUCH, MOLLE SYSTEM, FIRE RET 80.00 PC ***or equal products will be evaluated against Technical Order 14-1-1, AFI 11-301, and against the specifications included with Eagle Industries CAICS and components listed above*** All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. OFFER DUE DATE AND TIME: 12:01 PM 21 May 2018 LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below. Isaiah Whittaker III, USAF 377 MSG/PKB 8500 Gibson Blvd, Bldg 20202 Kirtland AFB, New Mexico 87117 Ulrich V. Lichtwardt, SSgt, USAF 377 MSG/PKB 8500 Gibson Blvd, Bldg 20202 Kirtland AFB, NM 87117
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca9de1b084e13d50f7d908a124ffe0c8)
- Place of Performance
- Address: Kirtland AFB, NM, Albuquerque, New Mexico, 87121, United States
- Zip Code: 87121
- Zip Code: 87121
- Record
- SN04911225-W 20180506/180504230521-ca9de1b084e13d50f7d908a124ffe0c8 (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 |