Federal Bid

Last Updated on 22 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Camp murray Washington

Tactical S9 Bundle

Solicitation ID W912K318Q6013
Posted Date 23 Aug 2018 at 4 PM
Archive Date 22 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7n6 Uspfo Activity Wa Arng
Agency Department Of Defense
Location Camp murray Washington United states 98430
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in 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.

 

Solicitation Number W912K318Q6013 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Dated 16 Jul 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180629. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 334220 with a size standard of 1,250 employees.

 

This acquisition is set aside for small businesses

 

This RFQ is for a Firm Fixed Price (FFP) contract.  The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the best value to the Government in accordance with the evaluation structure set forth in this RFQ. 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 based on; price, and technical acceptability of all items are the evaluation criteria, lowest price technically acceptable (LPTA).  This office will consider any late quotes or any late revisions of quotes as non-responsive.

 

In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

 

Government POC

A Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.

 

The date, time and request for quote offers are due by 31 Aug 2018 at 2:00 P.M. PST to

 

[email protected]

 

Electronic offers required.

All questions must be submitted by email no later than 24 hours prior to bid close date.

Please send all questions in email.

 

Description of Requirements

 

THIS IS A BRAND NAME ONLY REQUIREMENT

 

CLIN 0001:  Qty: 15 EACH.  DESCRIPTION:  CABLE ASSEMBLY, S8 EUD, KAGWERKS, APEx.    PART#: CB-0562-00.  BRAND: BLACK DIAMOND ADVANCED TECHNOLOGY.  

 

 

PRICE: __________________

 

 

CLIN 0002:  Qty: 15 EACH.   DESCRIPTION: TACTICAL S9 EUD & KAGWERKS CASE.  PART#: ST-0197-00.  BRAND: BLACK DIAMOND ADVANCED TECHNOLOGY.  

 

 

PRICE: __________________

 

 

ADDRESS:

116 Infantry Dr.
Camp Murray, WA  98430

 

 

 

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.

Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil.

 

FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7, System for Award Management Registration

FAR 52.204-10, Reporting Executive Compensation And First-Tier Subcontract Awards

FAR 52.204-13, System For Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-18, Commercial and Government Entity Maintenance

FAR 52.209-6, Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation.  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 technical acceptability of all items are the evaluation criteria. 

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28, Post-Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Equal Opportunity For Workers With Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.252-2, Clauses Incorporated by Reference - See http://farsite.hill.af.mil

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.225-7031, Secondary Arab Boycott of Israel

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.244-7000, Subcontracts for Commercial Items


 Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Jan 2015 at 4 PM
Menlo park California 11 Jun 2024 at 11 PM
Location Unknown 24 Mar 2009 at 12 PM
Texas 14 Oct 2021 at 4 PM
Location Unknown 07 Sep 2004 at 5 AM

Similar Opportunities

Camp murray Washington 14 Aug 2025 at 9 PM
Camp murray Washington 14 Aug 2025 at 9 PM
Arlington Virginia 15 Jul 2025 at 9 PM
Washington District of columbia 30 Oct 2029 at 4 AM (estimated)
Washington District of columbia 30 Oct 2029 at 4 AM (estimated)