SOLICITATION NOTICE
69 -- Breaching Training Deliverables
- Notice Date
- 4/18/2019
- Notice Type
- Combine Synopsis/Solicitation
- Contracting Office
- 6350 ASHLEY AVE, FORT BENNING, GA 31905
- ZIP Code
- 22030
- Solicitation Number
- 75thRRRSTCSPS9004
- Response Due
- 4/29/2019
- Archive Date
- 10/26/2019
- 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
- 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 75thRRRSTCSPS9004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 332992 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.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-04-29 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Special Shipping Instructions. The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Raptor Clips for Breaching or like item. Raptor Combo Connectors. Must provide a solid connection between blasting caps and detonation cord for either a single or dual initiation system in the least amount of time. Raptor Combo Clips replace less reliable and more time-consuming methods of attaching the initiation system to the charge and increase safety during training. See attachment 001 for clarification., 400, EA; LI 002: BTI 2 Shot hinges or Like Item. The 2 Shot Hinges are Shotgun Hinge Panels that are manufactured to simulate door hinges that allow the door to fall inward when breached. The shotgun hinge panel required must be a 2 shot hinge. These items are typically manufactured in boxes of 100 hinges. See buy attachment 002 for specifications., 8, EA; LI 003: Hydra Gel 1"x300' Breaching Tape or like item. See Buy attachment 003 for clarification. Buyer can provide more details if needed., 3, EA; LI 004: Hydra Gel 2"x100' Breaching Tape or like item. See Buy attachment 003 for clarification. Buyer can provide more details if needed., 5, EA; LI 005: 1"x2"x16" wood slats for mechanical breaching training., 600, EA; LI 006: Pre-Hung Doors (150 Doors will be Heavy Wood Doors and 150 Doors will be Metal Doors). Doors will include Handle for closing mechanism. See Buy attachment 001 for further clarification. 150 Doors (75 heavy wood, 75 metal) Will be delivered on 12 August 2019 and 100 doors (75 heavy wood, 75 metal) will be delivered on 16 September 2019 to Booker Range on Fort Benning, GA., 300, EA; LI 007: Range System Door Inserts. Please see Buy attachment 002 for further clarification. 125 Range Door Inserts Will be delivered on 12 August 2019 and 125 Range Door inserts will be delivered on 16 September 2019 to Booker Range on Fort Benning, GA., 250, EA; LI 008: Deliver two custom steel doors on 12 August 2019 and two Custom Steel Doors on 16 September 2019 to Booker Range on Fort Benning, GA. Please see attachment 003 for further clarification. Inner solid metal door (36.25 x 81 ): the steel shall be no more than an 1/8 of an inch thick with three heavy hinges on the left side. Two steel slider bars ( œDog Legs ) will be mounted vertically on the top and bottom of the right side of the door. These slider bars will slide in order to keep the door in the steel frame. Outer steel bar framed door (36.25 x 81): constructed with welded metal panels covering the bottom ¾ of the door. Three heavy hinges will be welded to the frame on the left outside of the door. Three steel slider bars ( œDog Legs ) will be mounted horizontally on the top, middle, and bottom of the right side of the door. These slider bars will slide in order to keep the door in the steel frame. The door frame itself (41 5/8 x 81 ): constructed of welded steel that houses the inner and outer doors. The door mounts to door hanger frame with lag bolts drilled into 4x4 lumber. The Buyer can provide specific guidance., 4, EA; LI 009: Materials required to install pre-hung doors to include 200(2x4 pieces of wood), 2x buckets of 3 inch screws and 50x6 inch lag bolts., 1, EA; LI 010: The contractor shall install the doors at Booker range on Fort Benning, GA on 12 August 2019, 19 August 2019, 16 September 2019 and 23 September 2019. The contractor will be required to hang 60 Doors on 12 August 2019 and 16 September 2019. The Contractor will hang 40 Doors on 19 August 2019 and 23 September 2019. All rehabilitation and door hanging will occur at Booker Range on Fort Benning, GA. The Contractor will provide all supplies, materials, tools, equipment and personnel required to hang the doors on the assigned dates. The doors will be hung in the existing door frames on the range. This installation will occur only on the assigned dates. Power is not available at the range so Generators may be required., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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 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. 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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/8024a78e7e1f045ffb3c082b00551eba)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Country: -
- Zip Code: -
- Record
- SN05286466-F 20190420/190418230105 (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 |