*Please note: this requirement has changed (quantity required and sizes requested).*
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; submissions are being requested and a written solicitation will not be issued.
-This requirement is for a total of 73 aircrew body armor vests (ABAVs). Required sizes and quantities of each are listed below:
-Quantity of (8) ABAV 300-90-00154-5179F-02 USAF Rotary Wing Kit, SAPI/ESAPI, (500D) OCP/TAN499, Small, Fire Retardant Material
-Quantity of (47) ABAV 300-90-00154-5179F-03 USAF Rotary Wing Kit, SAPI/ESAPI, (500D) OCP/TAN499, Medium, Fire Retardant Material
- Quantity of (12) ABAV 300-90-00154-5179F-04 USAF Rotary Wing Kit, SAPI/ESAPI, (500D) OCP/TAN499, Large, Fire Retardant Material
-Quantity of (6) ABAV 300-90-00154-5179F-05 USAF Rotary Wing Kit, SAPI/ESAPI, (500D) OCP/TAN499, X Large, Fire Retardant Material
7. Delivery Date: 70 days after receipt of contract award/order
8. The FOB Point is: Destination
9. Place of Performance or Delivery Address: 8048 Robinson Rd., Bldg 647 Moody AFB, GA 31699
10. FAR 52.212-1 Instructions to Offerors – Commercial Items (June 2020), is hereby incorporated by reference with the same force and effect as if it were given in a full text. In addition to any addendum provided via attachment to this Solicitation, all terms and conditions of FAR 52-212.1 remain in effect.
11. FAR 52.212-2 Evaluation – Commercial Items (October 2014), will be used to evaluate quotes received.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
(Lowest Price Technically Acceptable or Price Trade-Off)
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet:
(i) – All specifications found in attachments.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.
12. Each offeror shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (February 2021) are updated at www.sam.gov. Failure to obtain SAM registration MAY result in submissions not being considered for award.
13. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (October 2018), is hereby incorporated by reference with the same force and effect as if it were given in full text.
14. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (January 2021) is hereby incorporated by reference with the same force and effect as if it were given in full text. All provisions and clauses can be found in the attachments.
15. If any warranties are required beyond those customarily provided on a procurement of this nature, they will be specifically mentioned in the Pricing Schedule located within the attachments.
16. Defense Priorities and Allocations System (DPAS): N/A
17. Offers are due by: Monday, 16 Aug 2021 at 12:00 PM EST.
18. The POC for this solicitation is listed below. All responses, questions, and submissions shall be sent to the designee listed below:
POC Name: Kalyn L. Runey
POC Email: [email protected]
POC Mailing Address: 4380B Alabama Rd., Building 632 / Moody AFB, GA 31699
POC Phone: (229) 257-2811
19. Pricing Schedule: See attached pricing schedule within the attached Combo-Synopsis document and please submit with your quote.