Handheld Explosives Trace Detector Systems

expired opportunity(Expired)
From: Federal Government(Federal)
FA4626-18-Q-0138

Basic Details

started - 25 Sep, 2018 (about 5 years ago)

Start Date

25 Sep, 2018 (about 5 years ago)
due - 27 Sep, 2018 (about 5 years ago)

Due Date

27 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA4626-18-Q-0138

Identifier

FA4626-18-Q-0138
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (708522)DEPT OF THE AIR FORCE (60413)AFGSC (4076)FA4626 341 CONS LGC (601)
[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.

MALMSTROM AFB, MTHandheld Explosives Trace Detector Systems(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-18-Q-0138.(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.(iv) This procurement is being solicited total small business set aside for a brand name or equal item. The North American Industry Classification System (NAICS) code is 334511 with a small business size standard of 1,250 employees.(v) Requirement: When submitting your quotation, please structure your Contract Line
Item Numbers (CLINs) to the following format:CLIN 0001: Fido X3 MIL KIT - X3 SE (OR EQUAL); 4 EACH(vi) Please refer to the attached specification sheet for all requirements.(vii) Delivery: 90 days after date of contract (ADC).(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.FAR 52.212-1 Addenda:Offerors' quotation shall conform to the required specifications as referenced in paragraph (vi) above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed non-responsive and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications as attached to this solicitation. Any offeror providing an "or equal" item shall specifically state how its item is an "or equal" substitute. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications.For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance.All firms or individuals submitting a quote shall be registered in the System for Award Management (SAM) website. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102.Notice to Offerors/Suppliers: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs.Your quotation must remain valid through 30 September 2018(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision:(a) Offerors shall be ranked by price in ascending order from lowest priced to highest priced. Quotations shall then be evaluated on the basis of how the quotation conforms to the required specifications as listed in paragraph (v) above and as attached to this solicitation. Any quotation not meeting the required specifications shall be deemed non-responsive and therefore, ineligible for award. Award shall be made to the lowest-priced quotation that also meets the required specifications contained in this solicitation.(x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition.(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2018), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018).52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).52.233-3 Protest After Award (Aug 1996).52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004).52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).52.222-21 Prohibition of Segregated Facilities (Apr 2015).52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246).52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).(End of Clause)(xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices:52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013)252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013)252.225-7048 Export-Control Items (Jun 2013)252.232-7003 Electronic Submission of Payment Requests (Jun 2012)252.232-7006 Wide Area Workflow Payment Instructions (May 2013)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing on Contract Modifications (Dec 1991)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014)5352.201-9101 Ombudsman (Jun 2016)5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ODS) (Nov 2012)(xiv) Defense Priorities and Allocations System (DPAS) is not applicable.(xv) Quote is required to be received NO LATER THAN 4:00 PM MT, Thursday, 27 September 2018. Quote must be emailed to 2d Lt Scott Campbell at email: 341conspkc@gmail.com; scott.campbell.30@us.af.mil or faxed to commercial: 406-731-3748 to the attention of: 2d Lt Scott Campbell. Please follow-up quote submission with an email/call to ensure receipt.(xvi) Direct your questions to 2d Lt Scott Campbell at commercial: (406) 731-3473 or e-mail: 341conspkc@gmail.com; scott.campbell.30@us.af.mil or MSgt J. Matthew Pilkington at commercial: (406) 731-4031 or e-mail: james.pilkington.1@us.af.mil.

Malmstrom AFB, MTLocation

Place Of Performance : N/A

Country : United StatesState : MontanaCity : Malmstrom Air Force Base

You may also like

PROCURE TWO (2) SMITHS DETECTION (NAME BRAND) IONSCAN 500DT EXPLOSIVES TRACE DETECTORS AND 5 YEAR SERVICE AGREEMENT

Due: 31 Aug, 2025 (in 16 months)Agency: TRANSPORTATION SECURITY ADMINISTRATION

Classification

NAISC: 334511 GSA CLASS CODE: 66
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 66INSTRUMENTS AND LABORATORY EQPT