Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

13 -- INERT REPLICA ORDNANCE COLLECTION

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3A38157AW01
 
Archive Date
8/3/2018
 
Point of Contact
Cody W. Shumaker, Phone: 2406125682, Cordarrell Hammond,
 
E-Mail Address
cody.w.shumaker.mil@mail.mil, cordarrell.d.hammond.mil@mail.mil
(cody.w.shumaker.mil@mail.mil, cordarrell.d.hammond.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: Inert Replica Ordnance Collection kit The 11th Civil Engineering Squadron (11 CES) requires the procurement and delivery of One (1) inert replica ordnance collection kit. The procurement of the materials, delivery of all components, and travel to and from Joint Base Andrews will all be the responsibility of the contractor. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) number F1D3A38157AW01. This requirement is a 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 332994 with a size standard of 1,000 employees. Please identify your business size in your response based upon this standard.The requirement consists of the following items: The Government will award a firm fixed price contract for One (1) inert replica ordnance collection kit. TRAILER. The following items/services are being procured: CLIN Description Quantity Unit Price Total Price 0001 INERT REPLICA ORDNANCE COLLECTION 1 Kit Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.204-7-- System for Award Management (Jul 2013) 52.252-5-- Authorized Deviations in Provisions (Apr 1984) 52.212-1-- Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information 252.225-700 The following clauses are applicable: 52.202-1-- Definitions. (Nov 2013) 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016) 52.219-1-- Small Business Program Representations (Oct 2014) 52.219-6 - Notice Of Total Small Business Set-Aside (Nov 2011); 52.219-28-- Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor - - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33-- Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.246-2 - Inspection Of Supplies- -Fixed Price (Aug 1996) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) or that reject the terms and conditions of the solicitation may be excluded from consideration. 252.225-7001 - Buy American And Balance Of Payments Program(Jun 2012) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7006-- Reserved. 252.232-7010 - Levies on Contract Payments (Dec 2006) 5352.201-9101-- Ombudsman (Jun 2016) Contracting Office Address 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews MD 20762 Quotes All proposals must be sent via e-mail to at A1C Cody Shumaker cody.w.shumaker.mil@mail.mil. Proposals shall be submitted no later than 09:00 AM EST, 19 July 2018 Questions shall be submitted no later than 09:00 AM EST, 17 July 2018. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3A38157AW01/listing.html)
 
Place of Performance
Address: 1349 Lutman Dr, JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04986886-W 20180713/180711230953-717bc75bbf494edd17b2fb13ef49b971 (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  © 1994-2020, Loren Data Corp.