SOLICITATION NOTICE
84 -- Level IIIA Concealable Vests
- Notice Date
- 7/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-12-T-0110
- Archive Date
- 8/22/2012
- Point of Contact
- Titus Butler, Phone: 2406125637, Kenneth M Grimsley, Phone: 2406125648
- E-Mail Address
-
titus.butler@afncr.af.mil, kenneth.grimsley@afncr.af.mil
(titus.butler@afncr.af.mil, kenneth.grimsley@afncr.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Level IIIA Concealable Vests 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; proposals are being requested and a written solicitation will not be issued. Solicitation number FA2860-12-T-0110 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. All responsible sources may submit an offer to be considered by the agency. 2. This requirement is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is The North American Industry Classification System (NAICS) code is 315211, Men's and Boys' Cut and Sew Apparel Contractors. 3. The Government will award a firm fixed price contract for Level IIIA Concealable Vests at Joint Base Andrews. The following items are being procured: Item: Level IIIA Concealable Vests Quantities: Small Male Vests - 40 Each Medium Male Vests - 40 Each Large Male Vests - 20 Each Small Female Vests - 10 Each Medium Female Vests - 10 Each Manufacturer: Force One "Axiom" Series or Equal Detailed Description: Level 3A Concealable Vest shall feature 100% Aramid Shield© ballistic material. Comfort Cooler Carrier shall include breathable outer material which helps to keep officers cool. Standard color used will be tan with a white cover. General features: - male and female models available - front and rear panels meet at the sides - removable cover and strapping for ease of laundering - internally mounted 5"x8" trauma pad - six-point adjustable strapping with even-tension side strapping Detailed Features: -V-50 9mm: 1810 fps -Trauma Range: 9mm: 26-39 mm -Areal Weight: 1.1 lb. psf -Thickness: 0.19 inches -Color: White Cover -Photos of vests must be provided in quote submission. Must meet following NIJ Standards: -NIJ Standard 0101.6 for Ballistic-Resistance of Body Armor -NIJ Standard-0115.00, Stab Resistance of Personal Body Armor NOTE: If offering an "or equal" in lieu of Force One "Axiom" Series products, vendor must submit descriptive literature describing the product to adequately evaluate proposal. 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 11th Security Forces Squadron 3537 Salem Road Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial (Feb 2012); 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. Offers submitted must meet all salient characteristics mentioned above to be deemed technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items, with addendum; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (DEV); 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-50 - Combating Trafficking In Persons (Feb 2009); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); 52.233-3 - Protest After Award (Aug 1996) and 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2 - Clauses Included by Reference (Feb 1998); 252.204-7004 - Required Central Contractor Registration (CCR) (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) (DEV); 252.225-7001 - Buy American Act and Balance of Payments Program (Jun 2012); 252.232-7003 - Electronic Submission of Payment Requests (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002); 5252.222-3, Convict Labor (Jun 2003); 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance 11CONS-007 - Personnel Security Requirements 11CONS-010 - WAWF Instructions 5352.201-9101 - OMBUDSMAN (Aug 2005) All quotes must be sent via electronic mail (email) to points of contact 1st Lt Titus Butler at titus.butler@afncr.af.mil. Quotes shall be submitted no later than 7 August 2012, 4:00 PM EDT. All questions must be sent via electronic mail (email) to points of contact 1st Lt Titus Butler at titus.butler@afncr.af.mil. Questions shall be submitted no later than 31 July 2012, 12:00 PM EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0110/listing.html)
- Place of Performance
- Address: Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02812419-W 20120725/120724000107-d294d4ea13bfb976e17d71f14c714c0f (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 |