69--Range Support

expired opportunity(Expired)
From: Federal Government(Federal)
BenningRSTCXORABC005

Basic Details

started - 02 Dec, 2022 (16 months ago)

Start Date

02 Dec, 2022 (16 months ago)
due - 09 Dec, 2022 (15 months ago)

Due Date

09 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
BenningRSTCXORABC005

Identifier

BenningRSTCXORABC005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE ARMY (131660)AMC (72091)ACC (74428)MISSION & INSTALLATION CONTRACTING COMMAND (25646)419TH CSB (14389)W6QM MICC-FT DRUM (11690)
[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.

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 BenningRSTCXORABC005 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 332321 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at
href="https://marketplace.unisonglobal.com" target="_blank">https://marketplace.unisonglobal.com, will end on:2022-12-09 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.FOB Destination shall be Fort Benning, GA 31905The MICC End User requires the following items, Brand Name or Equal, to the following:LI 001: Range System Door inserts: These inserts are used to replicated ballistic breaching on door knob and dead bolts. Insert must be fully functional and fit in preexisting door frames. 16”x 8”x 2” dimensions. 100 Range Door Inserts will be delivered on 23 January 2023; 100 Range Door inserts will be delivered on 06 March 2023; 100 Range Door inserts will be delivered on 17 April 2023; and 100 Range Door inserts will be delivered on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA., 400, EA;LI 002: Pre-Hung Doors (31 Doors will be Heavy Wood Doors and 25 Doors will be Light Metal Doors). Doors will include Handle for closing mechanism. State “Heavy wood” means solid filled (not hallow). “Light metal” DOES mean hollow. We have existing framework to support the doors. HW solid core doors 36” x 80” with locking assembly and LM steel doors with locking assembly 36” x 80”. Doors must be able to fit in existing door frames. 56 Doors (31 heavy wood, 25 metal) will be delivered on 23 January 2023; 56 Doors (31 heavy wood, 25 metal) will be delivered on 06 March 2023; 56 Doors (31 heavy wood, 25 metal) will be delivered on 17 April 2023; and 56 Doors (31 heavy wood, 25 metal) will be delivered on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA., 224, EA;LI 003: Deliver 1 custom steel doors & 1 heavy metal doors on 23 January 2023; Deliver 1 custom steel doors & 1 heavy metal doors on 06 March 2023; Deliver 1 custom steel doors & 1 heavy metal doors on 17 April 2023; and deliver 1 custom steel doors & 1 heavy metal doors on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA. Steel Doors - Overall: Custom steel door 34” x 80”, meet a minimum of SDI level 3 with 1⁄2” steel tubing frame and A1011 steel sheet inner and outer skin. Inner solid metal door (34” x 80”): 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 (“Dog 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 (34” x 80”): constructed with welded metal panels covering the bottom 1⁄2 of the door. Three heavy hinges will be welded to the frame on the left outside of the door. Three steel slider bars (“Dog 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 (36” 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., 8, EA;LI 004: Provide Service Hanging Doors: The contractor shall provide support services in hanging all doors at the range on 23 January 2023, 06 March 2023, 17 April 2023, 30 May 2023. The contractor will be required to hang 56 Doors on all specified dates plus additionally the custom steel doors a stated in line 03. The custom steel doors are hung on the same dates as the rest and the doors need to be installed into existing door frames. All rehabilitation and door hanging will occur at Booker Range Breach Site 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., 4, Classes;LI 005: No Splinter Ballistic 2 Shot hinges. The 2 Shot Hinges are Shotgun Hinge Panels 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 that does not splinter reducing fragmentation for safety. These items are typically manufactured in boxes of 100 hinges. Deliver 300 total hinges on 23 January 2023; Deliver 300 total hinges on 06 March 2023; Deliver 300 total hinges on 17 April 2023; and Deliver 300 total hinges on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA., 1200, EA;LI 006: The contractor shall provide 400 Raptor Clips for Breaching. Deliver 100 Raptor Clips on 23 January 2023; Deliver 100 Raptor Clips on 06 March 2023; Deliver 100 Raptor Clips on 17 April 2023; Deliver 100 Raptor Clips on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA. 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., 400, EA;LI 007: The contractor shall provide 1000 wood slats (1"x2"x16") for mechanical breaching training. Deliver 250 wood slats on 23 January 2023; Deliver 250 wood slats on 06 March 2023; Deliver 250 wood slats on 17 April 2023; Deliver 250 wood slats on 30 May 2023 to Booker Range Breach Site on Fort Benning, GA. Buyer can provide more details if needed., 1000, EA;LI 008: 2.0” Diameter Copper Pipe (3x 6ft. pieces of 2.0in OD Copper Pipe) for explosive breaching training. Deliver on 23 January 2023 to Booker Range Breach Site on Fort Benning, GA. Buyer can provide more details if needed., 3, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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.This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.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 MaintenanceShipping 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, for the extended description here is the website: https://www.acquisition.gov/The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.Wide Area WorkFlow Payment Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical InformationAll deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.Wide Area WorkFlow Payment InstructionsPlease address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.Reporting During Contract PerformanceEqual Opportunity

6350 Ashley Ave, BLDG 2833  ,
 GA  31905  USALocation

Place Of Performance : 6350 Ashley Ave, BLDG 2833

Country : United States

You may also like

NAVSEA FIXED WING RANGE SUPPORT

Due: 30 Apr, 2024 (in 1 month)Agency: DEPARTMENTAL OFFICES

STRATEGIC PARTNERSHIPS OFFICE (SPO) SUPPORT FOLLOW-ON CONTRACT

Due: 24 Apr, 2024 (in 26 days)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Classification

naicsCode 332321Metal Window and Door Manufacturing
pscCode 6910Training Aids