This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation No. W9127Q-13-T-0047 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. The North American Industry Classification System (NAICS) code is 327390 with a size standard of 500 employees. Other possible NAICS codes include 327331 with a size standard of 500 employees. The MSARNG TASMG has a requirement to purchase TEN Pre-Cast Concrete Stationary Arrowhead Infantry Target Coffins used to protect target mechanisms during aerial gunnery. See the attachment for specifications.
Place of delivery will be:
Camp Shelby Range Control
5200 Grapevine Road
Camp Shelby, MS 39042
POC: Philip Reid, 601-558-2506
Please include delivery capabilities After Receipt of Order (ARO) and a picture/sketch of the dimensions. Note that access to a controlled military installation is required.
The following FAR provisions apply: DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; FAR 52.211-6, Brand Name or Equal; FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria will be based on best value; Price, Technical, and Past Performance. Technical (Delivery) and Past Performance, when combined, are approximately equal to Price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2001), FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions - Required to Implement Statutes or Executive Orders, (May 2001), Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil.
SAM is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to https://www.sam.gov/portal/public/SAM/
Quotes are due no later than 12:00 p.m. CST, 05 September 2013.
Questions regarding contractual documents may be addressed to CPT Christopher Stump, Contract Specialist at (601) 313-1503 or E-mail
[email protected]. All questions must be received by 29 August 2013.
Quotes may be mailed to USPFO-MS, Attn: USPFO-MS-PC (CPT Christopher Stump), 144 Military Drive, Flowood, Mississippi 39232-8861, faxed to (601) 313-1569 or emailed to
[email protected].
Bid Protests Not Available