FMS CASE PERU (PE-P-LBH) DE-MINING ENSEMBLE HELMET SHIELD
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Dec 14, 2023 02:45 pm EST
- Original Date Offers Due: Jan 02, 2024 10:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 17, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8470 - ARMOR, PERSONAL
- NAICS Code:
- 315990 - Apparel Accessories and Other Apparel Manufacturing
- Place of Performance: Indian Head , MD 20640USA
Description
This is a combined synopsis/solicitation for commerical items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with addtional information included in this notice. Naval Surface Warefare Center Indian Head Division (NSWC IHD), locatin in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for:MED-ENG LIGHT WEIGHT DEMINING ENSEMBLE, HELMET WITH FACE SHIELD and GARANT FRAGMENTATION PROTECTION SHIELD. This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for quotation (RFQ) no N0017424R0026. The NAICS code is 315990 and the business size is 600. The provisions and clauses included and/or incorporated in this solitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAR 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determins them to be necessary. The government will make award based on the availability of funds.
Evaluation Factors (in order of importance)
- Technical – Quotes submitted shall address all requirements/qualified parts included in the RFQ and SOW.
- Price – Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED 250,000.00 (Simplified Acquisition Threshold).
In order to submit a proposal, technical drawings must be requested.
Technical Drawings:
This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.
If interested, technical drawings need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical drawing release. Drawing requests must be made via email to barbara.j.grinder.civ@us.navy.mil by Tuesday December 26, 2023 10:00 AM EST.
Questions/clarification regarding this solicitation must be submitted via email to barbara.j.grinder.civ@us.navy.mil by Wednesday December 27, 2023 by 1 PM EST.
Quote packages are due by Tuesday January 2, 2024 10:00 AM EST. Late quotes will not be considered. Please fill in clauses in RFQ as they apply to your business. Quote packages shall be sent to barbara.j.grinder.civ@us.navy.mil and contain a cover sheet that provides the following information:
1. On company letterhead
2. Official Company Name;
3. Lead time for the items
4. Point of contact including name and phone number
5. DUNS number and Cage Code
The Points of Contact for this acquisition is
- barbara.j.grinder.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
Primary Point of Contact
- Barbara Grinder
- barbara.j.grinder.civ@us.navy.mil
Secondary Point of Contact
History
- Jan 17, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Original)