SOLICITATION NOTICE
84 -- Active Shooter Equipment
- Notice Date
- 5/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316999
— All Other Leather Good and Allied Product Manufacturing
- Contracting Office
- MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-12-R-0013
- Response Due
- 5/23/2012
- Archive Date
- 7/22/2012
- Point of Contact
- Michael Groves, 573-596-0256
- E-Mail Address
-
MICC - Fort Leonard Wood
(michael.d.groves@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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. 1.Combined synopsis/solicitation for MP Active Shooter Equipment. 1.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55, effective January 3, 2012. 1.2 This is a Service Disabled Veteran Owned Small Business set-aside under NAICS 316999 All Other Leather Good and Allied Products Manufacturing. 1.3 All items shall be FOB Destination to Ft. Leonard Wood, MO. 2.Ft. Leonard Wood, MO. requires the following items: 0010: Black military police duty belts 2 inches wide; shall have an internal stiffener that adds strength and rigidity. Shall be 100% ballistic nylon, Velcro lined, reversible, Velcro loop closure, interlocking device, face and scratch resistant, weatherproof and hand washable. Required size 300 each small. 0020: Black military police duty belts 2 inches wide; shall have an internal stiffener that adds strength and rigidity. Shall be 100% ballistic nylon, Velcro lined, reversible, Velcro loop closure, interlocking device, face and scratch resistant, weatherproof and hand washable. Required size 900 each medium. 0030: Black military police duty belts 2 inches wide; shall have an internal stiffener that adds strength and rigidity. Shall be 100% ballistic nylon, Velcro lined, reversible, Velcro loop closure, interlocking device, face and scratch resistant, weatherproof and hand washable. Required size 400 each large. 0040: Black military police duty holsters for the M9 Beretta; shall have a lock which engages the trigger guard as weapon is holstered and does not release until purposefully released. The holster shall allow the person firing a full firing grip for a draw and immediate retention upon reholstering the weapon. It is preferred that it does not have any thumb breaks or middle finger release. It should have a speed cut that allows for faster draw and easy reholstering. 1,350 each Right. 0050: Black military police duty holsters for the M9 Beretta; shall have a lock which engages the trigger guard as weapon is holstered and does not release until purposefully released. The holster shall allow the person firing a full firing grip for a draw and immediate retention upon reholstering the weapon. It is preferred that it does not have any thumb breaks or middle finger release. It should have a speed cut that allows for faster draw and easy reholstering. 250 each Left. 0060: Beretta M9 inert training pistol; shall be distinctively safety colored to clearly identify the weapon as a training device, shall accurately replicate the look, feel, weight and balance of the M9 Berretta, constructed of molded urethane or similar material. 1,600 each. 0070: Molded nylon double staggered magazine pouches for the M9. These shall be 100% ballistic nylon that covers the outer shell; soft polyester lining, EVA foam center, hidden snap closure, fade and scratch resistant. 1,600 each. 3.Type of Contract: The government anticipates a single award of a firm-fixed-price. 4. Proposal Evaluation and Basis for Award In accordance with FAR 52.212-4 Evaluation Commercial Items the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's proposal should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Trade-offs between cost/price and non-cost/price factors are not permitted. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete price proposals may be the grounds for eliminating a proposal from competition. Proposals/offers shall be submitted in writing. Proposals/offers may be submitted via e-mail to michael.d.groves@us.army.mil. Proposals/offers may be delivered via USPS to: MICC-DOC Ft. Leonard Wood, ATTN: Mike Groves; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All proposals/offers shall reference solicitation number W911S7-12-R-0013 in the subject line. Proposals/offers shall be submitted so as to arrive in government possession no later than 11:00am Central Daylight Saving Time on 23 May 2012. 4.1 Evaluation Factors for Award In accordance with FAR 52.212-4 Evaluation-Commercial Items 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. Factors 1 and 2 will receive an adjective rating of Acceptable or Unacceptable. The following factors shall be used to evaluate offers: Factor 1: Meets operating characteristics specified in Paragraph 3. Factor 2: Past Performance; offeror has no derogatory past performance, past performance is recent (within the previous 3 years), and past performance is relevant (previous performance of contract of like or very similar nature). Lack of past performance will not result in a negative evaluation but will be considered Neutral with the same effect as an Acceptable rating. Factor 3: Price Technical and past performance, when combined, are approximately equal to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To be eligible for award the offeror must receive a rating of Acceptable for Factor 1 and 2. 5. The following FAR and DFARS provisions and clauses are incorporated into this solicitation and any resulting contract: 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.225-3 Buy American Act--Free Trade Agreement--Israeli Trade Act JUN 2009 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC2011) 52.225-4 Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate JUN 2009 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2011) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.217-5 Evaluation Of Options JUL 1990 52.216-1 TYPE OF CONTRACT (APR 1984) 52.212-2 Evaluation-Commercial Items (JAN 1999) Invoicing and payment shall be made using the Department of Defense Wide Area Work Flow (WAWF) system. 6. The point of contact for this solicitation is Mike Groves, Contracting Specialist; via e-mail at: michael.d.groves@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bbb14d9a14c1b1694b9f5d8e8c7151ed)
- Place of Performance
- Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02743237-W 20120511/120509235143-bbb14d9a14c1b1694b9f5d8e8c7151ed (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 |