Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOLICITATION NOTICE

84 -- Tactical Equipment

Notice Date
7/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Road, Dunn Loring, VA 22207
 
ZIP Code
22207
 
Solicitation Number
FY12-GM-159
 
Response Due
7/26/2012
 
Archive Date
1/22/2013
 
Point of Contact
Name: Gregory Mendoza, Title: ATA Program/ US Department of State, Phone: 5712269752, Fax:
 
E-Mail Address
mendozaga@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is FY12-GM-159 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 316991 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Red, M4 Training Weapons, 4, EA; LI 002, Federal.308, 175 Grain Match BTHP 500 rounds per case, 40, CS; LI 003, 12-40 X 60 Mark 4 Spotting Scope with Mildot Reticle, 21, EA; LI 004, Binoculars, 10 x 25 with Mil Dot Reticle, 16, PR; LI 005, Laser Range Finder (1200 meter capability), 22, EA; LI 006, Kestral 2000 Wind Meter, ?Measures: Current Wind Speed,Maximum Wind Gust, Average Wind Speed ?Air, Water & Snow Temperature, Wind Chill, Protective cover with sure-grip overmolding ?Waterproof and floats, Large easy-to-read display with backlight, Data hold function ?Quick-response, external thermistor, Innovative design for stability and accuracy in abrupt condition changes, Patented user-replaceable impeller, Reliable, portable and easy to use ?All instruments and accessories are completely assembled in the USA, 20, EA; LI 007, Collimator - unique lens aperture system eliminates point of aim errors resulting from parallax due to extreme misalignment. The boresighter also includes natural backlighting of the target, LED illumination for use in low-light settings, and an inch scale for measuring approximate riflescope height and target group sizes. Check your zero. Set new ranges. Compatible with any caliber firearm. Energy efficient design yields 25 hours of battery life., 2, EA; LI 008, Whistle, with lanyard plastic, 5, EA; LI 009, Air Horn, Non-Hazmat, 1, EA; LI 010, Megaphone D or C cell battery operated, 1, EA; LI 011, Leupold 48807 Lens Pen, 20, EA; LI 012, Motorola RDU 200 Radio: two way radio offers 2 channels and 2 watts of power, providing coverage for up to 250,000 square feet or 20 floors. It supports 89 UHF frequencies with 122 private line codes. The RDU2020 is convenient and simple to use. A tri-color LED alerts the user to the radio's status and features. The Motorola RDU2020 radio also offers channel scan, hands-free VOX mode (with optional accessories), voice scrambling, and more. Includes one Motorola RDX Series RDU2020 two way radio, drop-in charger, and 12 hour lightweight lithium rechargeable battery. The Motorola RDU-2020 operates on UHF frequencies. This means it performs best inside steel or concrete structures., 24, EA; LI 013, Motorola Surveillance Kit Part # AARMN4029-A 2 Wire: This earpiece allows the radio user to privately receive messages. It's intrinsically safe with an FM-approved radio, and it's ideal when environments require discreet communication. This black, 2-wire earpiece has a combined microphone and Push-to-Talk feature. Must work with RDU 200 Radio, 30, EA; LI 014, Impact Data Books, C-SD-DDM-ATA, 25, EA; LI 015, MILDOT Master, for manual computation of plotting round strike, 25, EA; LI 016, Slope Doper, for manual computation of slope, 25, EA; LI 017, Calculator, Hand Held Solar, 18, EA; LI 018, Dragbag for AR10T Rifle, ? Constructed of 1000 denier nylon and.5? closed-cell foam ? Detachable shoulder strap with HawkTex? pad ? Interior weapon-securing straps ? Elastic loops to hold 10 rounds of.308 ammo with protective flap ? Full wraparound carry handles made of heavy-duty webbing ? Internal data book pocket ? Overall length: 50.5? ? Bottom width (open): 32?, 18, EA; LI 019, Large CZ Gear Bag, Black, Constructed of 1000 denier nylon with reinforced stitching for durability ? Innovative corner-zipper design ? Full wraparound carry handles for superior weight support ? Adjustable shoulder strap with reversible, non-slip HawkTex? shoulder pad Dimensions: ? Total: 33.5?L x 16?W x 15?D = 8040 cu. in., 22, EA; LI 020, BALS MK-2 Sniper Beanbag/Pinch Bag - The MK-2's Cheek Rest has 1 layer of integrated foam like the Eagle Stock Rifle Pack, but it also has a second layer that is removable to adjust the comb height as needed to suit the operator. The MK-2 Sniper Bean Bag with Stock Pack is proudly made in the USA with the finest materials and manufacturing available. The rifle bean bags are filled with lightweight waterproof poly-fill, and constructed of 1000 Denier Cordura., 18, EA; LI 021, Three Day Asaault Pack, Black - Constructed of heavy-duty 1000 denier nylon ? Sleeping bag straps and padded shoulder straps with D-rings for equipment attachment ? Detachable, elasticized sternum strap with silent release buckle ? Compartments are closed by durable YKK? zipper and sliders with silent pulls ? Ventilating back panel and silent zipper pulls ? Dual side-detachable, padded waist belt ? Reinforced drag/carry handle Specifications: ? Dimensions (main comp.): 20?L x 13?W x 6?D ? Dimensions (front comp.): 14.5?L x 12.5?W x 2.5?D ? Cubes: 2000 cu. in. / 37 L, 22, EA; LI 022, Eagle Industries TAC-SVD Tactical Vest, Black Size: Large -SVD's body is mesh with all pouches made from 11 oz. Polyurethane abrasion resistant Cordura? nylon. Also, the 4 pouches on front have the capability to be detached and rearranged to fit you or your team's specific needs. Features Include:(1) 2 detachable accessory pouches, 1 detachable utility pouch, 1 detachable 20 round.308 ammo pouch. All 4 pouches have silent hook closure. (2) Folding knife sheath pouch. (3) Non slip shoulder pad. (4) Heavy Duty #10 YKK zipper with pull. (5) Padded collar. (6) Slotted webbing on back for slide clips. (7) Shoulder adjustment straps. (8) Military style belt loops. (9) Paracord lacing to adjust width. (10) For added support, there are 2 pockets on back for metal stays, 8, EA; LI 023, Eagle Industries TAC-SVD Tactical Vest, Black Size: Extra Large -SVD's body is mesh with all pouches made from 11 oz. Polyurethane abrasion resistant Cordura? nylon. Also, the 4 pouches on front have the capability to be detached and rearranged to fit you or your team's specific needs. Features Include:(1) 2 detachable accessory pouches, 1 detachable utility pouch, 1 detachable 20 round.308 ammo pouch. All 4 pouches have silent hook closure. (2) Folding knife sheath pouch. (3) Non slip shoulder pad. (4) Heavy Duty #10 YKK zipper with pull. (5) Padded collar. (6) Slotted webbing on back for slide clips. (7) Shoulder adjustment straps. (8) Military style belt loops. (9) Paracord lacing to adjust width. (10) For added support, there are 2 pockets on back for metal stays, 8, EA; LI 024, Three Day Assault Pack: Constructed of heavy-duty 1000 denier nylon ? Sleeping bag straps and padded shoulder straps with D-rings for equipment attachment ? Detachable, elasticized sternum strap with silent release buckle ? Compartments are closed by durable YKK? zipper and sliders with silent pulls ? Ventilating back panel and silent zipper pulls ? Dual side-detachable, padded waist belt ? Reinforced drag/carry handle Specifications: ? Dimensions (main comp.): 20?L x 13?W x 6?D ? Dimensions (front comp.): 14.5?L x 12.5?W x 2.5?D ? Cubes: 2000 cu. in. / 37 L, 22, EA; LI 025, CZ Gear Bag: Constructed of 1000 denier nylon with reinforced stitching for durability ? Innovative corner-zipper design ? Full wraparound carry handles for superior weight support ? Adjustable shoulder strap with reversible, non-slip HawkTex? shoulder pad Dimensions: ? Total: 33.5?L x 16?W x 15?D = 8040 cu. in., 22, EA; LI 026, Peltor Shooting Glasses: protect against debris from particle discharges while shooting. Anti-fog, anti-static, anti-scratch wraparound lenses meet ANSI Z87.1 standards. Amber lenses sharpen visual acuity. Flat temples for wear with muffs. Blocks 99.9% UV rays., 44, EA; LI 027, Hearing Protection Silencio (Foam), Box of 200, 2, BX; LI 028, Hearing Protection - small, compact, foldable hearing protector. When folded, the shape of a ball, small enough for storage in a pocket or a bag during transportation. Electronically suppresses sounds over 79 dB. Four 1.5V AAA batteries give an outstanding 200 hours of service. In addition, is equipped with a unique spring steel headband that maintains attenuation better than ordinary plastic headbands., 12, EA; LI 029, Camelbak Hydration System Stelth 72oz, (2.1L), 30, EA; LI 030, Pad, Elbow, for CQB operations Substantial protection in a lightweight, durable package ? Non-slip, flexible, molded polyurethane cap ? 600 Denier nylon shell ? New contoured interior ledge prevents pad from slipping downward ? Closed-cell foam padding provides excellent shock resistance and prevents water absorption ? Hook and loop elastic straps, 22, PR; LI 031, Knee Pad for CQB operations New dual injection-molded flex cap design allows maximum flexibility for ease of movement and comfort Minimizes gap between the bottom of the cap and nylon carrier when flexed Padded side extensions for comfort and improved strap positioning Contoured interior ledge secures pad positioning 600 Denier nylon shell Closed-cell foam padding provides excellent shock resistance and prevents water absorption Adjustable hook and loop elastic straps, 22, PR; LI 032, Stool, Hunting, ?Steel construction ?Perfectly sized for your blind ?Supportive backrest Carrying weight: 6.5 lbs. Weight capacity: 300 lbs., 6, EA; LI 033, Multi Purpose Leatherman 300 ?Needlenose Pliers ?Regular Pliers ?154CM Removable Wire Cutters ?154CM Removable Hard-wire Cutters ?Stranded-wire Cutters ?Electrical Crimper ?420HC Knife ?420HC Serrated Knife ?Wood/Metal File ?Saw ?Large Screwdriver ?Medium Screwdriver ?Small Screwdriver ?Phillips Screwdriver ?Awl with Thread Loop ?Ruler (9 inches/22 cm) ?Bottle Opener ?Can Opener ?Wire Stripper Features: ?Lanyard Ring ?Stainless Steel Body ?All Locking Blades and Tools ?Leather or Nylon Sheath ?Stainless Steel Handles ?Black Oxide Version Available ?25-year Warranty Measurements: ?4.5 in | 11.5 cm (Closed) ?9.6 oz | 272.15 g (Weight) ?3.2 in | 8.13 cm (Blade Length, 22, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 days - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer?s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller?s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Award will be based on Price, Technical Capability and Delivery and Past Performance All ammunition must be packaged ready to send Outside the Continental United States utilizing 49 CFR 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. The following factors shall be used to evaluate offers: Technical Compliance with Solicitation ________________________________________________ Delivery and Warranty Information ________________________________________________ Past Performance ________________________________________________ Price _______________ The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/FY12-GM-159/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN02812504-W 20120725/120724000203-de584a68c9f57e6c07c6a5db9f167c1b (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.