Ballistic Helmets with Ballistic Ear Covers

expired opportunity(Expired)
From: Federal Government(Federal)
FA805123Q0001

Basic Details

started - 03 Mar, 2023 (14 months ago)

Start Date

03 Mar, 2023 (14 months ago)
due - 17 Mar, 2023 (13 months ago)

Due Date

17 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
FA805123Q0001

Identifier

FA805123Q0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE AIR FORCE (60450)AFMC (17421)AF INSTALLATION & MISSION SUPPORT CENTER (621)FA8051 772 ESS PKD (128)

Attachments (3)

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. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 and Defense Federal Acquisition Regulation change 1/31/2023See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.This procurement is being issued as a Small Business Set-Aside under NAICS code 339113 and small business size standard of 750
employees.A Nonmanufacturer Rule individual waiver (Attachment #1) applies to the acquisition. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. The following is an addenda to 52.212-1, Instructions to Offerors – Commercial Products:(b) Electronic proposals must be received by 17 March 2023 at 10:00AM, Central Standard Time (CST). Submit to: matthew.todd.12@us.af.milIf vendor encounters a problem submitting their proposal, contact the Contract Administrator, Mr. Matthew Todd, at e-mail matthew.todd.12@us.af.milAll questions regarding the solicitation must be submitted by 13 March 2023 at 10:00AM, Central Standard Time (CST).Any questions asked over the phone will not be answered. Any questions received after this date and time may not be answered. Questions shall be submitted electronically to the same email addresses identified above. Evaluation FactorsLimitsTechnical10 pagesPriceAttachment OnlyReps & CertsAttachment OnlyAll submitted pages shall be single sided, typed, standard 8.5” x 11” pages. Type shall be no smaller than size 12 font. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the proposal. Due to Tyndall AFB email size limitations, emails containing proposal submissions attachments shall not exceed five megabytes (5-MB) of data; recommend all Offerors confirm the receipt of all emailed proposals via telephone call before the response time. Multiple email submissions are recommended if the anticipated file size exceeds 5MB.(b)(4) The items required from this solicitation are Brand Name only. See the Justification and Approval (Attachment 2). Offerors shall provide evidence from the manufacturer that they are authorized to distribute the required Brand Name products.(b)(5) A standard manufacturer's warranty is required for all items.(b)(6) Offers must be submitted for the CLINs listed in (Attachment 3). Pricing shall be on a firm fixed price basis including the cost of shipping FOB Destination in accordance with FAR 52.247-34.Mailing Address:FC2040 RLSC-TYNDALLCP 586 596 62855835 BAYLINE DRPANAMA CITY, FL 32404Failure to comply with instructions will render the proposal unacceptable and ineligible for award in the absence of discussions.(b)(11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.(c) The period of acceptance for offers is 60 calendar days.(d) Product samples are not required.(e) Multiple offers. Offers MAY NOT be submitted for products less than those specified.(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government reserves the right to cancel this solicitation at any time before award. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.(j) Unique entity identifier- The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.(k) Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest (OCI).Offerors are required to complete representations and certifications found in Attachment 3- Reps & Certs.Basis of AwardThe following is an addenda to 52.212-2 Evaluation-Commercial Items:The Government intends to make a contract award resulting from this solicitation to the responsible offeror that offers the required Brand Name products and whose offer conforms to the solicitation.The following factor shall be used to evaluate offers: Price; the Government intends to award to the lowest priced offer determined to be reasonable, and balanced.Total Evaluated Price will be calculated by multiplying the quantities by the proposed unit price for each CLIN.Reasonableness will be determined based on competition, current market conditions, and comparison to the Government estimate. If the Government deems this information is not sufficient to determine reasonableness, the Government may use other techniques as appropriate to determine price reasonableness for the acquisition.Balance will be determined on evaluation of each individual CLIN in Attachment 3 to ensure individual prices are not overstated or understated.Determination of Responsibility - Even though the assessment of Past Performance is separate and distinct from Determination of Responsibility required by FAR Part 9, Past Performance information may be used to support the Determination of Responsibility for successful Offerors.

Location

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Tyndall AFB

You may also like

BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS

Due: 10 Nov, 2024 (in 6 months)Agency: Missouri Office of Administration

Body Armor, Police Supplies, and Equipment

Due: 11 Dec, 2024 (in 7 months)Agency: Galls

BALLISTIC VEST FOR MEGAN MCDOUGALL

Due: 30 Apr, 2024 (Tomorrow)Agency: OFFICE OF INSPECTOR GENERAL

Please Sign In to see more like these.

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

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 4240Safety and Rescue Equipment