SOLICITATION NOTICE
84 -- ARMOR PLATE CARRIERS AND CUMMERBUND SYSTEM
- Notice Date
- 11/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6TLCC0313A001
- Response Due
- 11/29/2010
- Archive Date
- 1/28/2011
- Point of Contact
- Heidi R Weber, 509 247 7224
- E-Mail Address
-
141 ARW/MSC
(heidi.weber@us.af.mil)
- 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; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference number F6TLCC0313A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-46 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100927. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for total small business. The date, time and request for quote offers are due by: 12:00 P.M. Pacific time on 29 Nov 10 to heidi.weber@us.af.mil. ALL QUESTIONS MUST BE IN EMAIL/FAX FORMAT. NO TELEPHONE QUESTIONS WILL BE ENTERTAINED. Delivery requirement: 45 days ARO, FOB Destination to Camp Murray, WA. 98430. NO EXCEPTIONS. Exact address will be provided upon award. *ALL ITEMS ARE BRAND NAME OR EQUAL* The WA Air National Guard located at Camp Murray-Tacoma WA 98430 requires the following items: CLIN 0001- Advanced Warrior Fast Attack Carrier, Removable: Item #C-AW-FAPCR, Color: CYRE, Sizes: 8-Med, 14-Large, 1- Large-Long, 7-XLarge, This plate carrier features: -Fully padded shouldersfeaturing DryLex and a vastly improved adjustment system -Fully lined with a unique, breathable spacer material allowing increased airflow and reducing thermal load on the body -An integrated and enlarged front flap cummerbund closure, featuring a low profile pocket and pouch system besed on the Battlelab Praetorian RCBV and Predator Gen 2 Designs -Improved side closure system featuring pull Forward adjustment -Reinforced drag handle Optional Integrated soft armor panels for the shoulders and armored cummerbund adding increased overall protection for the wearer OR EQUAL 30 EACH CLIN 0002 - Side Cummerband System FAPC, 1 size fits all: Item #SCS-CRYE, Color: CRYE, This intergrated cummerbund is designed to work with the Side Armor Plate Pocket Design OR EQUAL 30 EACH CLIN 0003 - Level IIIA Soft Armor,Panel Set of 2, Side Cummerband, LTA3A, Item #SCS- 612-LTA3A. OR EQUAL 30 SETS CLIN 0004 - Level IIIA Soft Armor, Shoulder Armor Inserts, LTA3A, Set of 2, Item #SAI-2- LTA3A OR EQUAL 30 SETS CLIN 0005 - Level IIIA soft Aromr, Panel, 6x8, LTA3A, Set of 2, Item #P-POSPC-LTA3A-6 OR EQUAL 30 SETS CLIN 0006 - Level IIIA Soft Armor, Panel Set, AW Fast Attack, W/LTA3A, Item # P-AWFAPC- LTA3A, -All Ballistic Panels are hermetically sealed, making them airtight and weather proof, easy to clean while providing enhanced UV and chemical protection. Five year Warranty from date of Manufacture. -Threat Level: NIJ Type IIIA -Certifications: Type IIIA, NIJ 2005 Interim Standard -Arial Density: 1.45 PSF -Thinness:.30 -9MM V50: 1743 FPS -Back Face Signature: 34mm-9mm 124gr. FMJ, 42mm-.44cal MAG 240gr/SJHP OR EQUAL 30 SETS CLIN 0007 - Shipping Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, AND at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (only if over $25K), FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, 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- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TLCC0313A001/listing.html)
- Place of Performance
- Address: 116TH ASOS Washington Air National Guard Camp Murray WA
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN02330659-W 20101121/101119233958-6ebb26db38fd591a42e23d2c4ceb7a34 (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 |