California Bids > Bid Detail

Alternate Armory

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159770820755168
Posted Date: Sep 11, 2023
Due Date: Sep 18, 2023
Solicitation No: F1S3AL3250A001
Source: https://sam.gov/opp/573f674412...
Follow
Alternate Armory
Active
Contract Opportunity
Notice ID
F1S3AL3250A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9301 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Sep 11, 2023 03:12 pm PDT
  • Original Date Offers Due: Sep 18, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Edwards , CA 93524
    USA
Description

(i) This is a combined synopsis/solicitation for commercial products or commercial services 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.



(ii) Solicitation Number: F1S3AL3250A001



This solicitation is issues as a Request for Quote (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 and DPN 20230817 and DAFAC 2023-0707.



(iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 332311 with a size standard of 750 Employees



(v) CLIN Nomenclature




  • CLIN 0001 Portable Armory for the field, painted white, approximately 10' wide, 10' tall, and around 25' long.

  • CLIN 0002 HVAC capability appropriate for it's cubic feet capacity

  • CLIN 0003 workbench with a butcher block top or equivalent, approximately 30" x 60"

  • CLIN 0004 large ammo cabinet, approximately 40" x 20"x 42"

  • CLIN 0005 Weapon Racks for qty 70 M4

  • CLIN 0006 Weapon Racks for qty 70 M9

  • CLIN 0007 Weapon Racks for qty 3 M240

  • CLIN 0008 Weapon Racks for qty 3 M249

  • CLIN 0009 Wall mounted ammunition containment system, capacity retainment for 0.50 Caliber BMG AP

  • CLIN 0010 FOB Destination, Edwards AFB CA



(vi) Description of requirements for the items to be acquired:



Alternate Armory location is required by AFI DAF131-101_DAFGM2021-01 which states;



Alternate Arming Point. Installations shall establish an alternate arming point. Rooms or facilities used must meet the requirements identified in DoDM 5100.76_AFMAN 31-101v2 and AFMAN 32-1084. ID forces will establish procedures to arm personnel in the event the primary arming point is unavailable (e.g. LRS Armory). These procedures will be maintained in the integrated Defense Plan (IDP).



(vii) Estimated Delivery: 30 Sept 23, FOB: Destination Edwards AFB, CA



(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. All provisions and clauses can be viewed in their entirety at acquisition.gov.



ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items



Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:





PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:




  1. UEI Number:

  2. TIN Number:

  3. CAGE Code:

  4. Contractor Name:

  5. Payment Terms (net30) or Discount:

  6. Point of Contact and Phone Number:

  7. Email address:

  8. FOB (destination or origin):

  9. Warranty (if applicable)

  10. Date Offer Expires



(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.



ADDENDUM to 52.212-2, Evaluation – Commercial Items.





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value.





If options are included, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.



(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jun 2023), applies to this acquisition.



The following 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



52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards - JUN 2020



52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities - NOV 2021



52.204-25 - Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment - NOV 2021



52.209-6 - Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - NOV 2021



52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations - NOV 2015



52.219-6 - Notice of Total Small Business Set-Aside - NOV 2020



52.219-28 - Post-Award Small Business Program Representation - MAR 2023



52.219-33 - Non-Manufacturer Rule - SEP 2021



52.222-3 - Convict Labor - JUNE 2003



52.222-19 - Child Labor—Cooperation with Authorities and Remedies - DEC 2022



52.222-21 - Prohibition of Segregated Facilities - APR 2015



52.222-26 - Equal Opportunity - SEP 2016



52.222-35 - Equal Opportunity for Veterans - JUN 2020



52.222-36 - Equal Opportunity for Workers with Disabilities - JUN 2020



52.222-37 - Employment Reports on Veterans - JUN 2020



52.222-50 - Combating Trafficking in Persons - NOV 2021



52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving - JUN 2020



52.225-3 - Buy American—Free Trade Agreements-Israeli Trade Act - DEC 2022



52.225-13 - Restrictions on Certain Foreign Purchases - FEB 2021



52.232-33 - Payment by Electronic Funds Transfer—System for Award Management - OCT 2018



52.232-39 - Unenforceability of Unauthorized Obligations - JUN 2013



52.232-40 - Providing Accelerated Payments to Small Business Subcontractors - NOV 2021



52.233-3 - Protest after Award - AUG 1996



52.233-4 - Applicable Law for Breach of Contract Claim - OCT 2004





PROVISIONS



52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions - SEP 2007 52.204-7 - System for Award Management - OCT 2018



52.204-16 - Commercial and Government Entity Code Reporting - AUG 2020



52.204-17 - Ownership or Control of Offeror - AUG 2020



52.204-20 - Predecessor of Offeror - AUG 2020



52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment - NOV 2021



52.204-26 - Covered Telecommunications Equipment or Services--Representation - OCT 2020



52.212-1 - Instructions to Offerors—Commercial Products and Commercial Services - SEP 2023



52.212-2 - Evaluation—Commercial Products and Commercial Services - NOV 2021



52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services - SEP 2023



52.222-22 - Previous Contracts and Compliance Reports - FEB 1999



52.222-25 - Affirmative Action Compliance - APR 1984



52.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation - DEC 2016 252.203-7005 - Representation Relating to Compensation of Former DoD Officials - SEP 2022



252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation - DEC 2019 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation - MAY 2021



252.204-7024 - Notice on the use of the Supplier Performance Risk System - MAR 2023



252.225-7000 - Buy American--Balance of Payments Program Certificate—Basic - NOV 2014



252.225-7050 - Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism - DEC 2022



252.225-7055 - Representation Regarding Business Operations with the Maduro Regime - MAY 2022





CLAUSES



52.203-12 - Limitation on Payments to Influence Certain Federal Transactions - JUN 2020



52.204-13 - System for Award Management Maintenance - OCT 2018



52.204-18 - Commercial and Government Entity Code Maintenance - AUG 2020



52.204-27 - Prohibition on a ByteDance Covered Application - JUN 2023



52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services - DEC 2022



52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services - JUN 2023



52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services - JAN 2019



52.232-39 - Unenforceability of Unauthorized Obligations - JUN 2013



252.203-7000 - Requirements Relating to Compensation of Former DoD Officials - SEP 2011



252.203-7002 - Requirement to Inform Employees of Whistleblower Rights - DEC 2022



252.204-7003 - Control of Government Personnel Work Product - APR 1992



252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support - JAN 2023



252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - JAN 2023



252.211-7003 - Item Unique Identification and Valuation - JAN 2023



252.223-7008 - Prohibition of Hexavalent Chromium - JAN 2023



252.225-7001 - Buy American and Balance of Payments Program--Basic - JAN 2023



252.225-7012 - Preference for Certain Domestic Commodities - APR 2022



252.225-7036 - Buy American—Free Trade Agreements--Balance of Payments Program--Basic - JAN 2023



252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime JAN 2023



252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports - DEC 2018



252.232-7006 - Wide Area WorkFlow Payment Instructions - JAN 2023



252.232-7010 - Levies on Contract Payments - DEC 2006



252.244-7000 - Subcontracts for Commercial Products and Commercial Services - JAN 2023



252.247-7023 - Transportation of Supplies by Sea--Basic - JAN 2023



5352.201-9101 - Ombudsman - OCT 2019



5352.217-9000 - Long Lead Limitation of Government Liability - OCT 2019



5352.223-9001 - Health and Safety on Government Installations - OCT 2019





(xiv) Defense Priorities and Allocation System (DPAS): N/A



(xv) Proposal Submission Information:



Offers are due by 18 September 2023 at 12:00 PM Pacific Savings Time (PST). Offers must be sent to Contract 2d Lt Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil and Darren Cootey at darren.cootey.3@us.af.mil via electronic mail. No late submissions will be accepted.



Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 14 Sep 2023 on or before 12:00 PM Pacific Savings Time (PST).


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 11, 2023 03:12 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >