SOLICITATION NOTICE
84 -- Helmet Pad Sets - J&A for Brand Name
- Notice Date
- 5/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-18-Q-0028
- Archive Date
- 6/21/2018
- Point of Contact
- Michael Furtney, Phone: 720-250-4038
- E-Mail Address
-
michael.b.furtney.mil@mail.mil
(michael.b.furtney.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Copy of Solicitation W912LC-18-Q-0028 J&A for helmet pads manufactured by Skydex Technologies Helmet Pad Sets Michael Furtney Contract Specialist USPFO, Colorado (720) 250-4038 michael.b.furtney.mil@mail.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-97. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The solicitation W912LC-18-Q-0028 is issued as a request for quotation. The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for helmet pad sets. This solicitation is set aside for small businesses. NAICS Code 339113, 750 Employees Solicitation Closes: Wednesday, 6 June 2018 at 6:00am (Mountain) All quotes must be received electronically by email to michael.b.furtney.mil@mail.mil by the closing date and time. All questions must be emailed to the email address listed above. Award Information: All responsible quotes received by the closing date and time will be considered for award. Responsible quotes will be formatted to match solicitation contract line item numbers (CLINS). To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government that is the lowest price and meets the minimum requirements. Brand Name CLIN 0001 Ballistic Helmet Pad Set with VELCRO hook Quantity: 500 each NSN 8415-01-561-1465 Replacement Pads for ACH/MICH helmet Size 8 (1 inch) Moisture Wicking Will not harden or freeze in extreme cold weather Set must include the following: One crown pad Two trapezoid pads (Front and Back) Four oval pads (2 per side) Velcro coins and alcohol wipes CLIN 0002 Helmet Pad Kit with chinstrap and VELCRO Hook Quantity: 500 each NSN 8465-01-543-6099 Retrofit kit for PASGT Helmet Size 8 (1 inch) pad system Replaces suspension system Includes the following: one set pads 4-point chin strap (black) Installation hardware and instructions Include all Shipping and handling charges TOTAL Deliver all items to the following address. Terms of delivery are FOB destination. COARNG Warehouse, 1181 Kilmer St, Golden, CO 80401-3901 Delivery of all Contract line items is due no later than ___30 days ARO____. (If delivery cannot be made by the delivery due date, than specify the date items will be delivered or the number of days after receipt of order (ARO) items will be delivered). The following FAR clauses are applicable to this acquisition: 52.203-18 Prohibition on Contracting with entities that require certain internal confidentiality agreements or statements-Representation 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 ALT 1 Offeror Representation & Certifications-Commercial Items 52.212-4 Contract Terms & Conditions Commercial Items 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.219-28 Post-Award Small Business Program Re-representation 52.222-3 Convict Labor 52.222-19 Child labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-35 Equal Opportunity to Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-15 Energy Efficiency in Energy Consuming Products; 52.223-18 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 of Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses The Following DFARs clauses are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7011 Alternative Line-Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7000 Buy American-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252-244-7000 Subcontracts for Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-18-Q-0028/listing.html)
- Place of Performance
- Address: COARNG Warehouse, 1181 Kilmer St, Golden, CO 80401-3901, Golden, Colorado, 80401, United States
- Zip Code: 80401
- Zip Code: 80401
- Record
- SN04931842-W 20180525/180523230723-f1d9d5a12063563e0be95f71625eafc4 (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 |