SOLICITATION NOTICE
84 -- 14 Various Items for Security Forces Training and Reaction Team use. This requirement is set-aside 100% for small business.
- Notice Date
- 3/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX-07-T-0026
- Response Due
- 3/28/2007
- Archive Date
- 5/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. We have a requirement for 14 Specific items related to Security Forces Training and Reaction Team use. You may quote brand name or equal. If quoting equal, you must provide literature with y our quote showing equal specification. There are 14 Contract Line Item Numbers. CLIN 0001 is for fifteen (15) each Railguard Sets. Described as Fobus M-16/AR-15 Picatinny Railguard Set or equal. CLIN 0002 is for fifteen (15) each Grips. Described a s SA191 Fobus M16/AR15 Ergonomic forward Grip or equal. CLIN 0003 is for one (1) Lighted Entry Shield. Described as a TE199 Galls Entry Shield with light or equal. CLIN 0004 is for fifteen (15) Weapons Sights. Described as SA078 EOTech 552 HOLOgraph ic weapon sight or equal. CLIN 0005 is for fifteen (15) each Impact-Resistant Attacker goggles. Described as EW074 Bolle Impact-Resistant Attacker Goggles or equal. CLIN 0006 is for fifteen (15) Tactical Hoods. Described as TE138 Hatch Nomex Tactical Hood or equal. CLIN 0007 is for one (1) each Backpack 24 inches high by 21 inches wide. Described as TE381 by Blackhawk and is a BlackHawk Hands-Free Entry Tool Backpack or equal. CLIN 0008 is for one (1) each Dynamic entry Pry. Described as TE124, B lackHawk Dynamic Entry Halligan Tool or equal. CLIN 0009 is one (1) each Monoshock Ram. Described as TE122, BlackHawk Dynamic Entry MonoShock Ram or equal. CLIN 0010 is for one (1) each Boltmaster. Described as TE123 BlackHawk Dynamic Entry BoltMaster or equal. CLIN 0011 is for fifteen (15) each Vest. Described as BP287 Galls - SMG IIIA Ballistic Vest with Molle rack system or equal. We require 4 medium, 6 large and 5 extra large of these Vests. CLIN 0012 is for fifteen (15) pair of gloves. Desc ribed as GL316 by 5.11 Tac-AK Glove or equal. We require 4 medium, 6 large, and 5 extra large pairs of Gloves. CLIN 0013 is for fifteen (15) bags 16 inches high by 36 inches wide by 11 inches deep. Described as BG135 Galls Tactical Team Bag or equal. C LIN 0014 is for one (1) each Scope Kit. Described as BN196 Leupold Sequoia Spotting Scope Kit or equal. The Government contemplates award of a single contract resulting from this solicitation. Your price shall be FOB destination. Contract will be FFP. The Equipment to be delivered on 20 April 2007 to FORT RILEY, KANSAS 66442. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 effective on February 12, 2007. This requireme nt is set-aside 100% for small business. The applicable NAICS code is 453998 with a size standard of $6.5 Million. Inspection and acceptance shall be at destination. We prefer to make payment by Direct Deposit or other Electronic means. You must be regist ered in the CCR (Central Contractor Registration) (http://www.ccr.gov/) and registration in ORCA (Online Representations and Certifications Application https://orca.bpn.gov/) is recommended. Award shall be made to the best value; technical, warranty, pas t performance and price quote. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-6, 52.212-3 Alt 1, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-14, 52.222-3, 52.222-19,52 .222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33), 52.216-27, and DFAR 252.212-7001, DFAR 252.225-7001, DFAR 252.232-7003, DFAR252.243-7002, DFAR 252.247-7023 ALT III, DFAR 252.204-7004, AFAR 5152.233-9000. Full text of these cla uses may be found at http://farsite.hill.af.mil/cffara.htm or http://www.acqnet.gov/far/index.html. From the Defense Federal Acquisition Regulation Supplemen t (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM . The entire Combined Solicitation/Synopsis can be viewed at the Fort Riley Contracting website: http://www.riley.army.mil/Services/Fort/Contracting.asp. Note included is Note 1. Your Quote and commercial literature shall be submitted electronically to leonard.c.hume@us.army.mil no later than 10:00 AM CST on 28 Mar 2007.
- Place of Performance
- Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
- Zip Code: 66442
- Country: US
- Zip Code: 66442
- Record
- SN01258115-W 20070325/070323222624 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |