FA4417-17-Q-0099
Page 1 of 6
11 August 2017
MEMORANDUM FOR ALL PROSPECTIVE OFFERORS
FROM: 1 SOCONS
350 TULLY ST, BLDG 90339 HURLBURT FIELD, FL 32566
SUBJECT: Request for Quotation, FA4417-17-Q-0099, FAST Ballistic Helmets
1. The 1 Contracting Squadron at Hurlburt Field, Florida intends to establish a Firm Fixed Price
contract for FAST Ballistic Helmets as listed in paragraph 7.
2. General Information:
Questions Due Date: Solicitation Response Date: Estimated Award Date:
Combined Synopsis/Solicitation
FA4417-17-Q-0099
FAST Ballistic Helmets 11 August 2017
14 August 2017
17 August 2017 24 August 2017
Set Aside: Full and Open without exclusions - (See paragraph
6)
Total Small Business Set-Aside (see paragraph 6)
NAICS Code: 339113
Point of Contact: SrA Aviayna Wesley, [email protected]
850-884-3273
3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) 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. Additionally, the Government
will utilize simplified procedures in accordance with FAR Part 13.
4. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with
solicitation number FA4417-17-Q-0099.
5. The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2005-95 effective 19 Jan 2017, Defense Acquisition Circular 20161222
effective 22 Dec 2016, and Air Force Acquisition Circular 2017-0127 effective 27 Jan
017.
6. North American Industry Classification System (NAICS) code for this solicitation is 339113 with
a set aside of 100% Small Business.
7. The contractor shall provide 60 FAST Ballistic Helmets. The following table contains the
description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired and the
date and place of the delivery and acceptance and FOB point. This is a brand name requirement.
Please see the Brand Name Justification and Approval document.
CLIN Description
Quantity Unit
0001FAST XP (HIGH-CUT) HELMET; LUX LINER PADDING AND WORM-DIAL FIT-BAND WITH 4- POINT HEAD-LOC CHINSTRAP; SIZE: M; TAN 30 Each
0002FAST XP (HIGH-CUT) HELMET; LUX LINER PADDINGAND WORM-DIAL FIT-BAND WITH 4-POINT HEAD-LOC CHINSTRAP; SIZE: L; TAN15 Each
0003FAST XP (HIGH-CUT) HELMET; LUX LINER PADDING AND WORM-DIAL FIT-BAND WITH 4-POINT HEAD-LOC CHINSTRAP; SIZE: XL; TAN10 Each
0004FAST XP (HIGH-CUT) HELMET; LUX LINER PADDING AND WORM-DIAL FIT-BAND WITH 4-POINT HEAD-LOC CHINSTRAP; SIZE: XXL; TAN5 Each
Place of Delivery:
AFSOC
427 Cody Ave Ste 316 Hurlburt Field, FL 32544-5407
Delivery: 30 days after date of contract
FBO Destination
8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) and the
addendum, applies to this acquisition.
Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) Request for
Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF
OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY
DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if
applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors
shall include a statement specifying the extent of agreement with all terms, conditions and
provisions included in the solicitation. Quotes shall also contain all other documentation
specified herein.
FA4417-17-Q-0099
Page 2 of 6
Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as
follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the
date specified for receipt of offers.
9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum,
applies to this acquisition.
Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)
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. Award shall be based on all or none and best value to the government.
Award shall me made to the lowest priced, technically acceptable offeror. The Government may award
without discussions; however, the Government reserves the right to conduct discussions if deemed in
the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet
the delivery and specification requirements of this combined synopsis/solicitation. If providing
an "equal" item, please list the brand name, part number, and full specifications that provides
sufficient detail for the Government to determine whether or not the substituted products quoted
can satisfy the government need. Only new equipment will be accepted. Re-manufactured or grey
market items will not be accepted. All items must include a manufacturer's warranty and be stated
in their quote.
10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items (Jan 2017), Alternate I (Oct 2014), with
their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has
completed the annual representations and certifications electronically at http://www.sam.gov.
Vendors must be actively registered in the System for Award Management (SAM); the website is
https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International
Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and
Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is
http://fedgov.dnb.com/webform.
11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017),
applies to this acquisition.
12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JAN 2017), applies to this
acquisition; additional FAR clauses cited in the clause are:
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78
(19 U.S.C. 3805 note)).
FA4417-17-Q-0099
Page 3 of 6
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.
L. 109-282) (31 U.S.C. 6101 note).
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity
(Sep 2016) (E.O. 11246).
FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and
E.O. 13627).
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).
FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and
statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31
U.S.C. 3332).
13. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for
Award Management (Oct 2016)
FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.211-6, Brand Name or Equal
(Aug 1999)
FAR 52.211-17, Delivery of Excess Quantities (Sept 1989)
FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014) FAR 52.222-22 Previous
Contracts and Compliance Reports (Feb 1999) FAR 52.225-18 Place of Manufacture (Mar 2015)
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-Representation and Certification (Oct 2015)
FAR 52.233-1, Disputes (May 2014)
FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.243-1 Changes -- Fixed Price (Aug 1987)
FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for
Supplies (Apr 1984)
FAR 52.247-34, F.O.B. Destination (Nov 1991)
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
(https://farsite.hill.af.mil), ( http://farsite.hill.af.mil/vfdfara.htm),
(http://farsite.hill.af.mil/vfaffara.htm)
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), (
http://farsite.hill.af.mil/vfdfara.htm), (http://farsite.hill.af.mil/vfaffara.htm)
FAR 52.253-1 Computer Generated Forms (Jan 1991)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
FA4417-17-Q-0099
Page 4 of 6
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alt
A, System for Award Management Alternate A; (Feb 2014) DFARS 252.204-7006 Billing Instructions (Oct
2005)
DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7036, Buy
American-Free Trade Agreements-Balance of Payments Program (Nov 2014)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies
on Contract Payments (Dec 2006)
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts
for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)
AFFARS 5352.201-9101 Ombudsman (Jun 2016)
13. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
14. Questions must be received no later than 1300 local time 14 August 2017. Offerors shall
provide quotes no later than 1300 local time, 17 August 2017 to the 1st Special
Operations Contracting Office at the address below or via email:
SrA Aviayna Wesley 1 SOCONS
Building 90339, Hurlburt Field FL 32544
Email: [email protected]
15. If there are any questions on this combined synopsis/solicitation, please contact the
individuals below:
SrA Aviayna Wesley Contract Specialist Phone 850-884-3273
Email [email protected]
TSgt Trenton P. Taylor Contracting Officer Phone 850-884-3264
Email [email protected]
FA4417-17-Q-0099
Page 5 of 6
FA4417-17-Q-0099
Page 6 of 6
Attachments:
Description Date
Pages
Attachment 1: Brand Name Justificiation 10 Aug 2017 1