SFS Flight and ADM Items

expired opportunity(Expired)
From: Federal Government(Federal)
F7H0SH8113AW02

Basic Details

started - 03 Jul, 2018 (about 5 years ago)

Start Date

03 Jul, 2018 (about 5 years ago)
due - 30 Jul, 2018 (about 5 years ago)

Due Date

30 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
F7H0SH8113AW02

Identifier

F7H0SH8113AW02
Department of the Army

Customer / Agency

Department of the Army
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.

UNFUNDED**THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**Please make all quote submissions valid through September 30th, 2018.Contact Points: Anthony Hayden Anthony.m.hayden2.mil@mail.milDelivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard1101 Grade LaneLouisville, KY40213Description:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.This solicitation is a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79)Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 750 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration*** All interested Contractors shall provide a quote for the following: Background:All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All line items will accept items that meet or exceed specifications of items solicited as an OR EQUAL item.This item has been placed on GSA Advantage RFQ 1297008. GSA quotes received will take precedence over any open markets quotes per FAR part 8Price Schedule:All offerors shall provide a quotation for the following line items:CLIN 000113 SWP0cb High Speed Gear Sniper Waist pack OR EQUAL QTY 8 EACLIN 0002VPR-3208-HD Vortex Optics 8x32 compact binoculars OR EQUAL QTY 4 EACLIN 0003USTS Tripod kit H-03 US Tactical Supply Weapon tripod OR EQUAL QTY 2 EACLIN 000449824 Swarovski Protective case for Spotting scope OR EQUAL QTY 1 EACLIN 000586614 Swarovski Spotting scope kit body and eye piece OR EQUAL QTY 1 EACLIN 0006784040 Bushnell Spotting scope tripod OR EQUAL QTY 1 EACLIN 000792K5300 Tactical Concealment Green Veils OR EQUAL QTY 8 EACLIN 000892K5200 Tactical Concealment Tan Veils OR EQUAL QTY 8 EACLIN 0009TRNG-5 Qualification Targets TRNG-5 QUALIFICATION TARGET OR EQUAL QTY 1 EACLIN 0010PP-IPEC Patriot Products Reactive Hostage Tactical Target OR EQUAL QTY 2 EACLIN 0011T73 Custom Metal Products Target, Full Pepper Popper OR EQUAL QTY 6 EACLIN 0012IM2075-30002 Pelican IM2075 pelican case with dividers OR EQUAL QTY 8 EACLIN 0013TRNG-6 Qualification Targets TRNG-6 QUALIFICATION TARGET OR EQUAL QTY 1 EACLIN 0014IPSC-paper Qualification Targets IPSC-Paper qualification targets OR EQUAL QTY 2 EACLIN 00154710 Peerless Chain Link Handcuffs OR EQUAL QTY 25 EACLIN 0016TRNG-7 Qualification Targets TRNG-7 QUALIFICATION TARGET OR EQUAL QTY 1 EACLIN 00174974462 MED-ENG LLC Under Vehicle Search Mirrors OR EQUAL QTY 2 EACLIN 001842411 ASP 21" Expandable Baton OR EQUAL QTY 10 EACLIN 001975430 Streamlight LED Rechargeable Flashlights OR EQUAL QTY 3 EACLIN 0020AN/PV30 Knights Armament AN/PV30 OR EQUAL QTY 2 EACLIN 0021RBC40 APC AOCReplacement Battery 12V-7AH OR EQUAL QTY 6 EACLIN 0022iMTRLK-30001 Pelican Trunk Locker OR EQUAL QTY 10 EACLIN 0023P-BG22-30 Pro Shot Products Bore Guide for cleaning OR EQUAL QTY 4 EACLIN 0024SAF400 Kleenbore Saf-T-Clad Coated Cleaning rod OR EQUAL QTY 4 EACLIN 0025RM06-33 Trijicon Trijicon RMR Adjustable LED Sight OR EQUAL QTY 8 EACLIN 0026AC32066 Trijicon RMR 45 Deg. Rail Offset Adapter OR EQUAL QTY 8 EACLIN 0027010-02084-00 Garmin Garmin Tactix Charlie OR EQUAL QTY 6 EACLIN 0028010-10644-02 Garmin Garmin External power pack OR EQUAL QTY 6 EACLIN 0029275BKSN Benchmade benchmade folding knife OR EQUAL QTY 8 EAProvisions and Clauses:The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.milProvisions52.204-7 System for Award Management52.212-1 Instructions to Offerors- Commercial Items52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and CertificationsClausesThe following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management52.204-19 Incorporation by Reference of Representations and Certificates52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)52.212-4 Contract Terms and Conditions- Commercial Items52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))52.222-3 Convict Labor (June2003) (E.O. 11755)52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability52.216-25 Contract Definitization52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items52.247-34 FOB Destination252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013)Clauses incorporated by Full TextFAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION)(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222- 36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).(14)(i) _X 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)For offers to be considered at a minimum all RFQs must include the following: CompletedRepresentations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Monday, JULY 30, 2018 at 4:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30, 2018. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Anthony Hayden (502) 413- 4617 if any additional information is required.EvaluationAward shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. Contact Information: Anthony M Hayden, Phone (502)413-4617, Email anthony.m.hayden2.mil@mail.mil - Alan M Wade, Phone 5024134439, Email alan.m.wade.mil@mail.mil Office Address :1101 GRADE LANE LOUISVILLE KY 40213-2679 Location: 123 MSG/MSC, KY ANG Set Aside: Total Small Business

1101 Grade LaneLouisville , KYLocation

Address: 1101 Grade LaneLouisville , KY

Country : United States

Classification

NAISC: 332999 GSA CLASS CODE: 99