Colorado Bids > Bid Detail

12--C Co Required Items

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159523722678164
Posted Date: May 4, 2023
Due Date: May 8, 2023
Solicitation No: C_Co_01
Source: https://sam.gov/opp/9da70cb9ba...
12--C Co Required Items
Active
Contract Opportunity
Notice ID
C_Co_01
Related Notice
Department/Ind. Agency
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: May 04, 2023 10:36 am EDT
  • Original Date Offers Due: May 08, 2023 01:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 459110 - Sporting Goods Retailers
  • Place of Performance:
    7465 Bad Toelz Rd 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 C_Co_01 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 459110 with a small business size standard of $26.50M. 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:

2023-05-08 13:30:00.0 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: AR Folding Stock Adapter Gen 3-M
Designed for low profile transport of AR rifles in non-permissive environments.
Works with direct impingement or gas piston systems and fits A2, carbine, mil-spec or commercial buffer tube and stocks. It can be used with standard bolt carrier groups including: full auto, semi auto, 5.56 to .308.
Ideal for any situation that requires a smaller profile weapon for transport and storage. Simple one-button release folds the stock. To engage, just unfold and fire. The stock automatically locks into place, requiring no fine motor skills.
SPECIFICATIONS
Housing Weight: 8.5 oz
Bolt Carrier Extension: 2 oz
Adds 1.3 inches to length of pull
CNC Machined 4140 Steel, 12, EA;
LI 002: Glock 19 Minimal Trigger Guard Holster (Right)
Keep fire arm holstered with the trigger guard fully covered. Included is an adjustable ride height single clip with added Mod wing to prevent printing.
Weight 1 lbs, 11, EA;
LI 003: Glock 19 Minimal Trigger Guard Holster (Left)
Keep fire arm holstered with the trigger guard fully covered. Included is an adjustable ride height single clip with added Mod wing to prevent printing.
Weight 1 lbs, 1, EA;
LI 004: Infidel Max Holster
This all-kydex holster was manufactured with a changing environment in mind. The small footprint of the holster makes for easy concealment, and varying cant positions make for comfortable concealment.
All-Kydex® body for a smooth, fast draw that is safe and easy re-holster
Cant adjustable
Single polymer clip for easy-on, easy-off holster wear
Holster fit can be tightened or loosened through retention screw
Small footprint for easy concealment, 15, EA;
LI 005: HK MP5 Picatinny Rail
Easy no gunsmith install, all tools included
Allows the user to mount an optic and a light or laser while retaining the factory handguard
Patent pending rock solid design
Weight 3.3oz.
Overall Length 4 3/8"
Constructed of 6061 aluminum, hard coat anodized for a lifetime of service
100% Made in the U.S.A., 922R Compliant
MI Lifetime Warranty
This rail is designed to fit 9mm receivers, there may be fitment issues with the 40cal/10mm receivers., 12, EA;
LI 006: Labradar Chronograph
Continually measures velocities of your rifle, pistol, shotgun (slugs), arrows or pellets up to 100 yards depending upon the size of the bullet.
Measures velocities up to 3,900 f.p.s. with 0.1% accuracy using six AA batteries.
Positioned to the side of the weapon, not downrange where other systems are prone to damage.
dvanced tracking radar
Tracks bullets up to 100 yards.
Up to 100 shot per series with up to 9,999 series
Records velocities from 65 fps to 3,900 fps
Metric or Standard velocity and distance reporting
High, Low, Average, ES, SD data
Delete shot function
Kinetic Energy calculation
IPSC / IDPA Power Factor calculation
Power down with no memory loss
USB and SD card downloads of stored data for PC use
Battery status indicator
Large 3.5” display
6 AA battery operation (not included)
Operating Temperature range (15°F to 110°F), 1, EA;
LI 007: Labradar Bench and Tripod All Purpose Mount
It is adjustable to lay flat or to be used as a standard tripod. The legs extend for extra stability on those windy days.

Features include:
Perfect for Bench Shooting - the Labradar stays stable with collapsed or extended legs.
Great for Prone Shooting- the Labradar can be elevated to optimize beam placement to keep the beam projected on the target and not being disturbed by grass or uneven ground
Removable mounting plate stays attached to your Labradar for a quick connection and easy set up
Height adjust from 7 - 18 inches
Base adjust from 8 - 24 inches
Compact design, 1, EA;
LI 008: Haley Strategic D3CR Micro Chest Rig
The Micro also integrates with FlatPack, FlatPack 2.0, and Flatpack+ to complete your kit
Accommodates the triple 5.56mm insert, 7.62mm double insert, quad SMG/PCC insert
Includes an X-Harness, 15, 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*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • May 04, 2023 10:36 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 >