Alternate Armory

expired opportunity(Expired)
From: Federal Government(Federal)
F1S3AL3250A001

Basic Details

started - 11 Sep, 2023 (7 months ago)

Start Date

11 Sep, 2023 (7 months ago)
due - 18 Sep, 2023 (7 months ago)

Due Date

18 Sep, 2023 (7 months ago)
Bid Notification

Type

Bid Notification
F1S3AL3250A001

Identifier

F1S3AL3250A001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE AIR FORCE (60451)AIR FORCE MATERIEL COMMAND (2223)AIR FORCE TEST CENTER (3211)FA9301 AFTC PZIO (279)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) Solicitation Number: F1S3AL3250A001This solicitation is issues as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 and DPN 20230817 and DAFAC 2023-0707.(iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 332311 with a size standard of 750 Employees(v) CLIN NomenclatureCLIN 0001 Portable Armory for the field, painted white, approximately 10' wide, 10' tall, and around 25' long.CLIN 0002 HVAC capability appropriate for it's cubic
feet capacityCLIN 0003 workbench with a butcher block top or equivalent, approximately 30" x 60"CLIN 0004 large ammo cabinet, approximately 40" x 20"x 42"CLIN 0005 Weapon Racks for qty 70 M4CLIN 0006 Weapon Racks for qty 70 M9CLIN 0007 Weapon Racks for qty 3 M240CLIN 0008 Weapon Racks for qty 3 M249CLIN 0009 Wall mounted ammunition containment system, capacity retainment for 0.50 Caliber BMG APCLIN 0010 FOB Destination, Edwards AFB CA(vi) Description of requirements for the items to be acquired:Alternate Armory location is required by AFI DAF131-101_DAFGM2021-01 which states;Alternate Arming Point. Installations shall establish an alternate arming point. Rooms or facilities used must meet the requirements identified in DoDM 5100.76_AFMAN 31-101v2 and AFMAN 32-1084. ID forces will establish procedures to arm personnel in the event the primary arming point is unavailable (e.g. LRS Armory). These procedures will be maintained in the integrated Defense Plan (IDP).(vii) Estimated Delivery: 30 Sept 23, FOB: Destination Edwards AFB, CA(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. All provisions and clauses can be viewed in their entirety at acquisition.gov.ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:UEI Number:TIN Number:CAGE Code:Contractor Name:Payment Terms (net30) or Discount:Point of Contact and Phone Number:Email address:FOB (destination or origin):Warranty (if applicable)Date Offer Expires(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.ADDENDUM to 52.212-2, Evaluation – Commercial Items.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 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.Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value.If options are included, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jun 2023), applies to this acquisition.The following clauses cited in FAR 52.212-5 apply to this acquisition:52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements -JAN 201752.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards - JUN 202052.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities - NOV 202152.204-25 - Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment - NOV 202152.209-6 - Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - NOV 202152.209-10 - Prohibition on Contracting with Inverted Domestic Corporations - NOV 201552.219-6 - Notice of Total Small Business Set-Aside - NOV 202052.219-28 - Post-Award Small Business Program Representation - MAR 202352.219-33 - Non-Manufacturer Rule - SEP 202152.222-3 - Convict Labor - JUNE 200352.222-19 - Child Labor—Cooperation with Authorities and Remedies - DEC 202252.222-21 - Prohibition of Segregated Facilities - APR 201552.222-26 - Equal Opportunity - SEP 201652.222-35 - Equal Opportunity for Veterans - JUN 202052.222-36 - Equal Opportunity for Workers with Disabilities - JUN 202052.222-37 - Employment Reports on Veterans - JUN 202052.222-50 - Combating Trafficking in Persons - NOV 202152.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving - JUN 202052.225-3 - Buy American—Free Trade Agreements-Israeli Trade Act - DEC 202252.225-13 - Restrictions on Certain Foreign Purchases - FEB 202152.232-33 - Payment by Electronic Funds Transfer—System for Award Management - OCT 201852.232-39 - Unenforceability of Unauthorized Obligations - JUN 201352.232-40 - Providing Accelerated Payments to Small Business Subcontractors - NOV 202152.233-3 - Protest after Award - AUG 199652.233-4 - Applicable Law for Breach of Contract Claim - OCT 2004PROVISIONS 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions - SEP 2007 52.204-7 - System for Award Management - OCT 201852.204-16 - Commercial and Government Entity Code Reporting - AUG 202052.204-17 - Ownership or Control of Offeror - AUG 202052.204-20 - Predecessor of Offeror - AUG 202052.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment - NOV 202152.204-26 - Covered Telecommunications Equipment or Services--Representation - OCT 202052.212-1 - Instructions to Offerors—Commercial Products and Commercial Services - SEP 202352.212-2 - Evaluation—Commercial Products and Commercial Services - NOV 202152.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services - SEP 202352.222-22 - Previous Contracts and Compliance Reports - FEB 199952.222-25 - Affirmative Action Compliance - APR 198452.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation - DEC 2016 252.203-7005 - Representation Relating to Compensation of Former DoD Officials - SEP 2022252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation - DEC 2019 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation - MAY 2021252.204-7024 - Notice on the use of the Supplier Performance Risk System - MAR 2023252.225-7000 - Buy American--Balance of Payments Program Certificate—Basic - NOV 2014252.225-7050 - Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism - DEC 2022252.225-7055 - Representation Regarding Business Operations with the Maduro Regime - MAY 2022CLAUSES 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions - JUN 202052.204-13 - System for Award Management Maintenance - OCT 201852.204-18 - Commercial and Government Entity Code Maintenance - AUG 202052.204-27 - Prohibition on a ByteDance Covered Application - JUN 202352.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services - DEC 202252.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services - JUN 202352.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services - JAN 201952.232-39 - Unenforceability of Unauthorized Obligations - JUN 2013252.203-7000 - Requirements Relating to Compensation of Former DoD Officials - SEP 2011252.203-7002 - Requirement to Inform Employees of Whistleblower Rights - DEC 2022252.204-7003 - Control of Government Personnel Work Product - APR 1992252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support - JAN 2023252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - JAN 2023252.211-7003 - Item Unique Identification and Valuation - JAN 2023252.223-7008 - Prohibition of Hexavalent Chromium - JAN 2023252.225-7001 - Buy American and Balance of Payments Program--Basic - JAN 2023252.225-7012 - Preference for Certain Domestic Commodities - APR 2022252.225-7036 - Buy American—Free Trade Agreements--Balance of Payments Program--Basic - JAN 2023252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime JAN 2023252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports - DEC 2018252.232-7006 - Wide Area WorkFlow Payment Instructions - JAN 2023252.232-7010 - Levies on Contract Payments - DEC 2006252.244-7000 - Subcontracts for Commercial Products and Commercial Services - JAN 2023252.247-7023 - Transportation of Supplies by Sea--Basic - JAN 20235352.201-9101 - Ombudsman - OCT 20195352.217-9000 - Long Lead Limitation of Government Liability - OCT 20195352.223-9001 - Health and Safety on Government Installations - OCT 2019(xiv) Defense Priorities and Allocation System (DPAS): N/A(xv) Proposal Submission Information:Offers are due by 18 September 2023 at 12:00 PM Pacific Savings Time (PST). Offers must be sent to Contract 2d Lt Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil and Darren Cootey at darren.cootey.3@us.af.mil via electronic mail. No late submissions will be accepted.Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 14 Sep 2023 on or before 12:00 PM Pacific Savings Time (PST).

Edwards ,
 CA  93524  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

Classification

naicsCode 332311Prefabricated Metal Building and Component Manufacturing
pscCode 5410Prefabricated and Portable Buildings