Federal Bid

Last Updated on 07 May 2021 at 3 PM
Combined Synopsis/Solicitation
Aurora Colorado

Bambi Bucket Longlines

Solicitation ID W912LC-21-Q-0048
Posted Date 07 May 2021 at 3 PM
Archive Date 29 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7my Uspfo Activity Co Arng
Agency Department Of Defense
Location Aurora Colorado United states 80011

UPDATED PRODUCT DESCRIPTION ADDED TO CLARIFY Q&AS. RESPONSE DATE MOVED BACK & DAYS TO ACCOMODATE CHANGES. PLEASE USE REVISED 5-7-21 PRODUCT DESCRIPTION.

This Combined Synopsis Solicitation, W912LC- 21-Q-0048, Bambi Bucket Longlines, is issued as a request for
quotation. This is a combined synopsis/solicitation for commercial items prepared in accordance
with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information
included in this notice. This solicitation is issued as a request for quotes (RFQ) in accordance
with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are
those in effect through Federal Acquisition Circular FAC 2020-09 dated 08-28-2020.  The full text
of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement
(DFARS) can be accessed on the internet at http://acquisition.gov. Provisions and clauses
incorporated by reference have the same force and effect as if they were given in full text. The
full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations
supplement (DFARS) can be accessed on the internet at http://acquisition.gov.


This solicitation is a total small business set-aside under NAICS Code 336413
The size standard is 1,250 Employees.
Solicitation Closes: Closing date and time for this RFQ is May 7, 2021 at 1600 EST.
The Colorado Army National Guard is requesting quotes for Bambi Bucket Longlines. See attached product description and technical information for additional details including quantities and item specifications.
All quotes must be received electronically by email to [email protected] by the closing
date and time. All questions must be emailed to the email address listed above.
All or None and Partial quotes are acceptable. Item substitutions are allowable.
Award Information: All responsible quotes received by the closing date and time will be considered
for award. To be eligible for award for this solicitation, the offeror must be registered in the
System for Award Management (SAM) at (www.sam.gov) at time of contract award. The Government will
award a contract resulting from this solicitation to the responsible offeror whose offer conforming
to the solicitation will be more advantageous to the government, and that is the lowest price that
meets the minimum requirements.
A firm-fixed price award will be made based on lowest price technically acceptable. To be considered technically acceptable the product must meet all of the specifications listed in the attached product description document.
All offerors must submit a completed Section 889 Certification as required by the NDAA.


The following FAR clauses and provisions are applicable to this acquisition:
52.203‐19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
agreements or Statements
52.204‐7 System for Award Management
52.204‐10 Reporting Executive Compensation and First‐Tier Subcontract Awards 52.204‐13 System for
Award Management Maintenance
52.204‐16 Commercial and Government Entity Code Reporting 52.204‐18 Commercial and Government
Entity Code Maintenance
52.204‐19 Incorporation by Reference of Representations and Certifications 52.204‐22 Alternative
Line Item Proposal
52.204‐23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities
52.209‐6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.209‐10 Prohibition on Contracting with Inverted Domestic Corporations
52.209‐11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
under any Federal Law
52.212‐1 Instructions to Offerors‐Commercial Items
52.212‐3 ALT 1 Offeror Representation & Certifications‐Commercial Items 52.212‐4 Contract Terms &
Conditions Commercial Items
52.212‐5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial
Items 52.219‐28 Post‐Award Small Business Program Re‐representation
52.222‐3 Convict Labor
52.222‐19 Child labor‐Cooperation with Authorities and Remedies 52.222‐21 Prohibition of Segregated
Facilities
52.222‐25 Affirmative Action Compliance 52.222‐26 Equal Opportunity
52.222‐35 Equal Opportunity to Veterans
52.222‐36 Affirmative Action for Workers with Disabilities (over 15K) 52.222‐50 Combating
Trafficking in Persons
52.223‐5 Pollution Prevention and Right‐to‐Know Information 52.223‐15 Energy Efficiency in Energy
Consuming Products; 52.223‐18 Contractor Policy to Ban Text Messaging While Driving 52.225‐13
Restrictions on Certain Foreign Purchases
52.232‐33 Payment by Electronic Funds Transfer‐System of Award Management 52.232‐36 Payment by
Third Party
52.232‐39 Unenforceability of Unauthorized Obligations
52.232‐40 Providing Accelerated Payments to Small Business Subcontractors 52.233‐3 Protest After
Award
52.233‐4 Applicable Law for Breach of Contract Claim
52.243‐1 Changes‐Fixed Price
52.252‐2 Clauses Incorporated by Reference
52.252‐6 Authorized Deviations in Clauses The Following DFARs clauses are applicable to this
acquisition: 252.203‐7000 Requirements Relating to Compensation of Former DoD Officials
252.203‐7002 Requirement to Inform Employees of Whistleblower Rights 252.203‐7005 Representation
Relating to Compensation of Former DOD Officials 252.204‐7011 Alternative Line‐Item Structure
252.204‐7015 Notice of Authorized Disclosure of Information for Litigation Support
252.213‐7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance Evaluations
252.225‐7000 Buy American‐Balance of Payments Program Certificate 252.225‐7001 Buy American and
Balance of Payments Program 252.225‐7048 Export‐Controlled Items
252.232‐7003 Electronic Submission of Payment Requests & Receiving Reports 252.232‐7006 Wide Area
Workflow Payment Instructions
252.232‐7010 Levies on Contract Payments 252‐244‐7000 Subcontracts for Commercial Items
52.204‐24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment (Aug 2020)
 

Bid Protests Not Available