72--B23 Tactical Operations Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
FBNC23AML0035

Basic Details

started - 02 Mar, 2022 (about 2 years ago)

Start Date

02 Mar, 2022 (about 2 years ago)
due - 08 Mar, 2022 (about 2 years ago)

Due Date

08 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
FBNC23AML0035

Identifier

FBNC23AML0035
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)AMC (72715)ACC (75099)MISSION & INSTALLATION CONTRACTING COMMAND (25865)419TH CSB (14442)W6QM MICC-FT DRUM (11696)
[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 FBNC23AML0035 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 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 335210 with a small business size standard of 1,500.00 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
target="_blank">https://marketplace.unisonglobal.com, will end on:2022-03-08 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.FOB Destination shall be Fort Bragg, NC 28310The MICC End User requires the following items, Brand Name or Equal, to the following:LI 001: Original Prusa i3 MK3S+ 3D printer Black Fully Assembled w/ both steel sheets (PEI and Textured Powder-Coated) or equal SuperPINDA probe for improved first layer calibration high-quality Misumi bearings heatbed with removable PEI spring steel print sheets, automatic Mesh Bed Leveling, filament sensor, power loss recovery (power panic) and safety features. Build Volume 25×21×21 cm (9.84"×8.3"×8.3") Layer height 0.05 - 0.35 mm Nozzle 0.4mm default, wide range of other diameters/nozzles supported Filament diameter 1.75 mm Supported materials Wide range of thermoplastics, including PLA, PETG, ASA, ABS, PC (Polycarbonate), CPE, PVA/BVOH, PVB, HIPS, PP (Polypropylene), Flex, nGen, Nylon, Carbon filled, Woodfill and other filled materials. Max travel speed 200+ mm/s Max nozzle temperature 300 °C / 572 °F Max heatbed temperature 120 °C / 248 °F Extruder Direct Drive, Bondtech gears, E3D V6 hotend Print surface Removable magnetic steel sheets(*) with different surface finishes, heatbed with cold corners compensation Printer dimensions (without spool) 7 kg, 50×55×40 cm; 19.6×21.6×15.7 in (X×Y×Z) Power consumption PLA settings: 80W / ABS settings: 120W Print medium: SD card (16 GB card included), 7, EA;LI 002: Prusa i3-Mk3+MMU2S Enclosure Acrylic Clearview Infinity Enclosure - 3D or Printer Enclosure with below specifications or equal Commercial Grade 1/4" Panels Include Printed Parts - Black High Capacity USB Powered Carbon Filter Vibration Reducing Dampening Feet 3D printed door pulls included 6th base panel nickel plated steel hardware 18" Dual Channel USB lighting Kit, 7, EA;LI 003: Nozzle X E3D V6 0.4 mm or equal compatible with LIN 001 made from a hardened tool-steel base. Nozzles are nickel-plated to maintain hardness at higher temperatures. WS2 coating applied to provide the nozzle with reduced stick properties. can print any 1,75mm filament, however, they especially excel in longevity and durability when printing with abrasive materials, such as Carbon fiber, 21, EA;LI 004: Black PRO Series PETG Filament - 1.75mm (10lb) or equal Recommended Extrusion Temperatures: 250±10°C Recommended Bed Temperature: 65±5°C 10lb Spool Dimensions (Approx.): 360mm Total Diameter x 38mm Inner Hole Diameter x 187.5mm Height x 17.5mm Flange Thickness Dimensional Accuracy: ±0.02mm Density: 1.27 g/cm3 Volume: 3.57L (10lb) Length: 1485m (1.75mm/10lb) or 560m (2.85mm/10lb), 35, EA;LI 005: 3DXTech CarbonX PETG+CF Filament - 1.75mm (0.75kg) or equal Superior chemical resistance vs. ABS Amorphous structure giving it low, near isotropic shrinkage Low moisture absorption, 3x lower than ABS Very low odor while printing Wide processing range from 230-270°C 1.75mm and 2.85mm +/- 0.05mm in diameter Extruder: 230-260°C Bed Temp: 70-90°C Nozzle: We currently recommend a hardened steel nozzle with a minimum diameter of 0.4mm. Other: Ideal layer height is 60% of nozzle diameter. We do not recommend printing layers smaller than 0.2mm with carbon fiber reinforced filaments. Bed Prep: Magigoo Heated Chamber: Not required Drying Instructions: 65°C for 4 hours., 56, EA;LI 006: GBC Ultima 35 EZ Load Thermal Roll Laminator, 12" Max Width or equal SKU: 1701680 One-touch AutoSpeed automatically adjusts the laminating speed for you, ensuring quality lamination on every project Less than 2 minute warm-up time. Laminates at 36" per minute. EZ Load technology eliminates film loading mistakes Built-in trimmer and reverse function. Maximum document width of 12". Heat Shoe AccuthermTM heating technology promises flawless, consistent results LED ready light. Auto standby after 1 hour and shut off after 2 hours of non-use. Limited 1-year warranty. 16.92" L x 18.11" W x 11.14" H. Laminator is compatible with GBC EZ Load blue end cap roll film: 1.7 – 5 mil thickness, 12" max roll width, 1" core, 7, EA;LI 007: GBC EZ Load Blue End Cap Laminating Roll Film, Low Temp, Gloss, 12" x 200', 3 mil, 2 Rolls or equal compatible with previous line item 3125913EZ EZload technology eliminates film loading errors. Color coded light blue and dark blue end caps show the correct way to load film, which avoids accidental upside down loading. Keep your documents bright and bold. Glossy film has a shiny finish that helps emphasize colors, making it the perfect choice for photos, signs and posters. Choose the right film for your job. The 3 mil thickness provides protection while retaining moderate flexibility. Each roll is 12" x 200' and is wound on a 1" core. Pack includes 2 rolls. Compatible only with GBC Ultima 35 Laminators, which have blue saddles. NAP II is used on heavy ink items or on heat-sensitive materials., 84, EA;LI 008: Renogy 200 Watt 12 Volt Monocrystalline Foldable Solar Suitcase or equal SKU: RNG-KIT-STCS200D-VOY20-US or equal Includes 1x 200 Watt Monocrystalline Foldable Solar Suitcase 1 x Renogy 20A PWM Charge Controller 1 xAlligator Clips e Adjustable, corrosion-resistant aluminum stand. Heavy duty handle and latches for longevity. Protective casing. Smart Compatible with gel, sealed, lithium, and flooded batteries. Charge controller with LCD display for displaying operating information and data. Safe 20A built-in 5-stage solar charge controller provides overcharge protection, reducing fire risk. Negative-ground charge controller for compatibility with an RV, boat, trailer, etc. The low-voltage system avoids electrical shock hazards., 18, EA;LI 009: 200ah Lithium Iron Phosphate Battery marine grade or equal 12V 200Ah Lithium Iron LiFePO4 Deep Cycle Battery, Built-in 100A BMS, 2000+ Cycles, 280amp Max, Perfect for RV, Solar, Marine, Overland, Off-Grid Application; 4000+ cycles, 18, EA;LI 010: 700W 12V Pure Sine Wave Inverter or equal SKU: RNG-INVT-700-12V-P2-US 700W continuous, 1400W peak surge during load start-up, 12V to 120VAC pure sine wave with conversion efficiency >90%, reduces conversion loss. LED indicators for under-voltage and over-voltage protection, over-temperature protection, over-load protection, and short circuit indication. Cooling funs and ground-fault circuit interrupter (GFCI) protection. Offers a built-in 5V/2.1A USB port and 2 AC Outlets, along with a 3tf 6AWG Cable and a 19.8ft Wired Remote Control., 21, EA;LI 011: Frigidaire 21.7 cu. ft. French Door Refrigerator in Stainless Steel, Counter Depth or equal Model #FFHD2250TS Full-Width deli drawer 4 SpillSafe Shelves help to contain spills and adjust for loading flexibility 1 Full-Width Cool Zone Drawer Large 14.9 cu. ft. fresh food capacity 3-door refrigerator has a 2-door refrigerator compartment on top and a freezer on the bottom Depth (Excluding Handles) 28.188 in Depth (Including Handles) 31 Depth (Less Door) 26.875 Depth With Door Open 90 Degrees (In) 42.5625 Height to Top of Door Hinge (in.) 70 in Height to Top of Refrigerator (in.) 69.875 in Product Depth (in.) 28.5 Product Height (in.) 69.875 Product Width (in.) 36 Refrigerator Width (In.) 36 in Shelf Material - Freezer No Shelf Shelf Material - Refrigerator Glass Storage Features Deli Drawer,Gallon Door Storage,Spill Proof Shelves Temperature Control Type Internal Digital Total Capacity (cu. ft.) 21.7 cu ft, 7, EA;LI 012: Shipping and Handling, 1, 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

X6066 African Lion Blvd  ,
 NC  28310  USALocation

Place Of Performance : X6066 African Lion Blvd

Country : United States

Classification

naicsCode 335210Small Electrical Appliance Manufacturing
pscCode 7290Miscellaneous Household and Commercial Furnishings and Appliances