Colorado Bids > Bid Detail

78--Sniper Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 78 - Recreational and Athletic Equipment
Opps ID: NBD00159516853217745
Posted Date: Mar 15, 2023
Due Date: Mar 17, 2023
Solicitation No: CARSON10SFGNAK009
Source: https://sam.gov/opp/4141faef5e...
Follow
78--Sniper Equipment
Active
Contract Opportunity
Notice ID
CARSON10SFGNAK009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2023 11:54 am EDT
  • Original Date Offers Due: Mar 17, 2023 03:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7810 - ATHLETIC AND SPORTING EQUIPMENT
  • NAICS Code:
    • 114210 - Hunting and Trapping
  • Place of Performance:
    7450 BAD TOELZ ROAD FORT CARSON , CO 80913
    USA
Description
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. The solicitation number is CARSON10SFGNAK009 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 114210 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-03-17 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be FORT CARSON , CO 80913

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Really Right Stuff Versa MK2 Tripod

SKU: Versa Tripod TVC-34 MK2

INTERCHANGABLE PLATFORM
Our patented SureGrip™ apex lock mechanism makes changing out the platform for other accessories fast and seamlessly rigid. Options include:
LEVELING BASE: Quickly level your setup with one twist. Convenient +/-15 to 17 degrees of articulation
QUICK-COLUMN: Instantly add 12-15" of extra, quick adjustable height
VIDEO BOWL: Make your tripod compatible with an RRS FH-7240 fluid head or other brand cinema heads
Twist locks with integrated wipers to keep particles out of the locking mechanism, providing better resistance to the elements
Improved knurling pattern feels better on your skin
Collets replace the old locking gibbs, reducing lock engagement to half the travel to lock and unlock faster with less effort
O-rings help keep threads clean and smooth while providing better tactile feedback
Vented clevis design allow legs to collapse faster without pressure buildup
Threaded sockets on the sides of the apex provide better placement for accessories like Quick Detach (QD) attachments or a BC-18
Less tools to carry when changing apex accessories; the 2 and 3 Series SureGrip (TVC models only) now uses the same 5/32” hex key you likely have stored on your RRS plate
High strength to weight ratio
Made from CNC-machined 6061 T6 Aluminum
Solid ring apex for strength and reliability
Ergonomic spring-loaded pull tabs with visual lock/unlock
Fast, modular, and customizable design

Number of Leg Sections: 4
Load Capacity 1st Position Fully Extended: 85lbs/ 39kg
Load Capacity 2nd Position Fully Extended: 50lbs/ 23kg
Load Capacity 3rd Position Fully Collapsed: 70lbs/ 32kg
1st Position Maximum Height: 58.2"/ 148cm
1st Position Minimum Height: 19.2"/ 49cm
1st Position 3/4 Segments Extended: 44.1"/ 112cm
2nd Position Maximum Height: 40.1"/ 102cm
2nd Position Minimum Height: 13.6"/ 35cm
3rd Position Minimum Height: 3.7"/ 9cm
Folded Length: 20.9"/ 53cm
Folded Diameter: 5.7"/ 14cm
(Heights and Length exclude 0.313"/ 8mm stud height)
Weight: 4.25lbs/ 1928g
Video Bowl: 75mm (TA-3-VB, sold separately), 6, EA;
LI 002: Really Right Stuff SC-ARC Bipod Clamp

SKU: SC-ARC

R-Lock™ (short for Rapid-Lock™) System adds unique safety-stop features which are built in to both a mounting rail and quick-release clamp that adhere to the RRS 1.5” Standard. The advantage of the System is the user has multiple “hard-stop” positions along the rail while retaining smooth edges and corners for maximum ergonomics and a snag-free interface that is inherently resistant to wearing down. The ”hard-stop” feature is comprised of a 5mm diameter steel pin that engages 5.5mm diameter holes in the rail. In addition to supplementing the traditional friction-based clamping mechanism, the interface prevents unintentional repositioning of the rail within the clamp when the R-LOCK™ is engaged.
Easy Top-Loading: In one quick action, the clamp can go from closed to fully open, allowing easy top-loading of RRS Dovetail and arca-swiss compatible quick-release plates; no more lost shots while fumbling to feed the plates into the end of the clamp
Visual Confirmation of Lock Position: You can readily observe if the lever is locked, half-open or fully open, 6, EA;
LI 003: Really Right Stuff BH-SCR
SKU: BH-55 SCR

Patented lever-release clamp for fast and easy mounting
Patented dual clamp designed for both the RRS 1.5" dovetail and picatinny rails
Ergonomic design gives superior handling and unsurpassed reliability
Lowest height profile in class
Large main locking knob incorporates stainless steel ball bearings for a lifetime of silky smooth control
Drop notches allow maximum flexibility for positioning the rifle into any angle
Micrometer drag tension adjustment is repeatable and reliable
Precision panning base is laser-engraved at 2.5 degree intervals and features our unique drum and brake design for effortless locking
All components are of the finest RRS quality, machined from solid aircraft aluminum or stainless steel for maximum durability and minimum weight
R-LOCK™ (short for Rapid-Lock) adds unique safety-stop features which are built in to both a mounting rail and quick-release clamp that adhere to the RRS 1.5” Standard. The advantage of the System is the user has multiple “hard-stop” positions along the rail while retaining smooth edges and corners for maximum ergonomics and a snag-free interface that is inherently resistant to wearing down. The ”hard-stop” feature is comprised of a 5mm diameter steel pin that engages 5.5mm diameter holes in the rail. In addition to supplementing the traditional friction-based clamping mechanism, the interface prevents unintentional repositioning of the rail within the clamp when the R-LOCK™ is engaged.
Easy Top-Loading: In one quick action, the clamp can go from closed to fully open, allowing easy top-loading of RRS Dovetail and arca-swiss compatible quick-release plates; no more lost shots while fumbling to feed the plates into the end of the clamp
Visual Confirmation of Lock Position: You can readily observe if the lever is locked, half-open or fully open, 6, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Representation and Representation Disclosures

The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 11:54 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >