Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOLICITATION NOTICE

93 -- Kevlar "or equal" balistic panels

Notice Date
8/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-11-Q-00048
 
Archive Date
9/10/2011
 
Point of Contact
Alisha M. Willis, , Toshia Rollins, Phone: 609-813-3366
 
E-Mail Address
alisha.m.willis@secureskies.net, toshia.n.rollins@secureskies.net
(alisha.m.willis@secureskies.net, toshia.n.rollins@secureskies.net)
 
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 no additional written solicitation will be issued. This solicitation is issued as a request for quotation. Please reference solicitation number HSTS07-11-Q-00048 on all correspondence. This solicitation is being issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 33111/Iron and steel mills & ferroalloy manufacturing, and the size standard is 1,000 employees. This combined synopsis/solicitation is for the purchase of Kevlar “or equal” Panels with Black Condura Covers stitched closed with serial labels sewn onto covers, 11” X 16” NIJ IIIA (NIJ 3A) “or equal”, Qty: 420 ea with one additional OPTIONAL Quantity in the not to exceed (NTE) amount of 240 ea. Sample Pricing Format: Line item DescriptionQuantity Unit of Issue Unit Price Total 1 Kevlar Panels “or equal”420 EA 1A Optional Line item: 1-240(NTE) EA Kevlar Panels “or equal” Please note: 1.Two Kevlar Panels “or equal” are required to be inserted in one (1 ea) Pelican Case 1500 as follows: one on the top inside lid and one on the bottom inside the case. (See below for the Salient Characteristics located under the Technical Factors.) 2.This requirement has an additional OPTIONAL (NTE) quantity in the amount of 240 ea. The Government reserves the right to exercise any and all optional quantities not to exceed (NTE) 240 ea within 365 days of award. 3.For all proposed “or equal products” supporting documentation shall be provided with response to this synopsis/solicitation. The supporting documentation shall include product and compatibility information in sufficient detail, to determine the proposed “or equal” product is or is not technically acceptable. Failure to comply with this and all other terms and conditions here in shall render the proposal unresponsive and exclude the offer from competition. 4.The delivery and shipping is as follows: Atlantic City, NJ. A complete shipping address shall be provided to the successful offeror upon issuance of award. 5.The Government encourages a delivery sooner than 30 days, however no later than 30 day delivery from date of award. The anticipated award is less than 30 days from response due date and time, 26 August 2011at 1 PM EST. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on a low price technically acceptable basis. Technical Factors Proposed products shall comply with this solicitation herein and “or equal” requirements to ensure compatibility and durability to be inserted in Pelican Cases 1500. The following are the salient characteristics for the Kevlar “or equal” requirements: A.The ballistic resistant protective material panels, with black condura cover (stitched close) shall be 11” X 16” NIJ IIIA (NIJ 3A) B.The blank condura covers shall include individual serial labels sewn on to them. The individual labels shall include the Vendor’s information, part number, model number, serial number, lot number, threat level, date of manufacture, and warranty manufacture. C.The ballistic resistant protective material panels shall be a maximum thickness of.300 “ thick with a maximum areal density of 1.1 lbs/sqft. D.Must meet the National Institute of Justice (NIJ) standard 0108.01. All offerors providing “or equal” products shall provide supporting NIJ Notice of Compliance Certification Letter at time of submission. E.The Government requests a 1 each sample (at no cost to the Government) prior to and/or no later than proposal submission due date and time. The sample shall be used for technical evaluation and testing purposes and therefore shall not be returned. Samples can be sent to the following address: Attention: Toshia Rollins, 200 West Parkway Drive, Egg Harbor Township, NJ 08234. For all proposed “or equal” products, supporting product information must be provided at time of proposal submission for technical evaluation. Failure to provide supporting documentation shall rendor the offer non-responsive will be removed from competition. Delivery Schedule: Offerors shall include proposed delivery schedule. The Government encourages a less than 30 day delivery schedule. Price Factors Offerors shall provide pricing for all line items, and note any and all prompt payments as applicable. Partial quotes will not be accepted. The price shall include all costs of transportation and delivery, inclusive of freight (do not provide a separate line item for freight). The Government intends to award a firm-fixed price purchase order and may award without discussions. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. Past Performance History – Offerors shall include a minimum of (2) past performance references for similar contracts that the offeror has provided. Verified/current points of contact shall be provided for each reference at time of proposal submission. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (May 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (May 2011) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (August 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.217-5, Evaluation of Options (July 1990) 52.217-6, Option for Increased Quantity-Separate Priced Line Item, (within 365 days of date of award) (Mar 1989) 52.217-9, Option to Extend the Term of Contract, (within 15 days exercise, 30 days preliminary notice) (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 USC 644) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 USC 632(a) 2 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2000) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2010), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil or http://www.arnet.gov The following additional terms and conditions apply: 52.204-7 Central Contractor Registration (Apr 2008) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) HSAR3052.225-70, DHS Clause-American Recovery and Reinvestment Act (ARRA) Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this solicitation must be furnished in writing to toshia.n.rollins@secureskies.net no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of quotes is Friday, August 26, 2011, 1:00 PM Eastern Standard Time and shall be emailed to toshia.n.rollins@secureskies.net.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-11-Q-00048/listing.html)
 
Place of Performance
Address: Atlantic City, NJ, Atlantic City, New Jersey, 08015, United States
Zip Code: 08015
 
Record
SN02534880-W 20110817/110815235541-4d3b22df54aca80b1c2cd7b2cea4c27e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.