The RFP Database
New business relationships start here

Canine Training Mannequins


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-90. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The solicitation number for this requirement is H92244-17-T-0001. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 332999- All Other Miscellaneous Manufacturing which has a size standard of 750 employees.  The Government contemplates award of a Firm-Fixed Price (FFP) purchase order with delivery within 30 days of award. This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and in conjunction with FAR Part 13, Simplified Acquisition Procedures. This requirement is for the purchase and delivery of the following:


Contract Line Item Number (CLIN): 0001
Requirement: Canine Training Mannequins - Innovative Tactical Training Solutions (ITTS) K9 Jump or Equivalent  
Unit of Issue: Each
Quantity: 6


See attached document titled "Salient Characteristics_Mannequins_20 Sept 2016" for the required specifications. The provision at FAR 52.211-6 applies to this acquisition and states:


(a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
 
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must -


(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;


(2) Clearly identify the item by -


(i) Brand name, if any; and


(ii) Make or model number;


(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and


(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.


(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.


(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


INSTRUCTIONS AND INFORMATION TO OFFERORS:


Supplies with be delivered FOB Destination to Virginia Beach, VA 23461. The contractor shall round any estimated shipping charges into unit prices and shall not charge shipping on a separate line item.


The provision at FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition.


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 lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.


The technical evaluation will be a determination based on information furnished by the contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. In order to be considered technically acceptable, contractor responses must provide:


a.  Detailed information showing that the contractor is able to meet each of the salient characteristics specified in this posting and attached requirement description. Offerors are to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured;
b. Unit pricing for the item as broken out on the CLIN above; and
c.  Point of contact name and contact information, company CAGE code, DUNS number, and TIN.


Partial quotes will not be evaluated by the Government.


SUBMISSION PROCEDURES:


All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 4:30 p.m. Eastern Time, 30 September 2016, to amy.bozzard@vb.socom.mil.


Responses to this solicitation must be signed, dated, and received no later than 4:30 p.m. Eastern Time, 7 October 2016. Responses must be sent by email directly to the Contract Specialist, Amy Bozzard, at amy.bozzard@vb.socom.mil.


All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.


FAR 52.212-1 - Solicitation Provisions Incorporate by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil


The following clauses and provisions are incorporated either by reference or full-text:


FAR 52.204-7, System for Award Management
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership or Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporating by Reference of Representation and Certifications
FAR 52.204-20, Predecessor of Offeror
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation
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 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors- Commercial Items
FAR 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 following factors shall be used to evaluate offers:
 (i)  technical capability of the item offered to meet the Government requirement;
(ii)  past performance;
(iii) price;
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserved the right to award on an all or none basis.


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.
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items Alt I
The offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website through http://www.sam.gov/portal. If the offeror has not completed the annual representations and certification electronically, the offeror shall complete only paragraphs (c) through (r) of this provision.


FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (JUN 2016)
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 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
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 52.233-1, Disputes
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.239-1, Privacy or Security Safeguards
FAR 52.243-1, Changes- Fixed Price
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-34, FOB- Destination
FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form)
FAR 52.249-8, Default (Fixed-Price Supply and Service)


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 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252-211-7003, Item Identification and Valuation
DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.227-7015, Technical Data - Commercial Items
DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea


SOFARS 5652.204-9003, Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches
SOFARS 5652.215-9016, Technical and Contractual Questions Regarding This Solicitation
SOFARS 5652.232-9003 Paying Office Instructions
SOFARS 5652.233-9000, Independent Review for Agency Protests
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d) (4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504.


For questions concerning this solicitation contact Amy Bozzard, Contract Specialist via email at amy.bozzard@vb.socom.mil


TELEPHONE REQUESTS WILL NOT BE HONORED.


 


Amy M. Bozzard, Phone 7578629473, Email amy.bozzard@vb.socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP