SOLICITATION NOTICE
84 -- Tactical Equipment
- Notice Date
- 8/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2230 Gallows Road, Dunn Loring, VA 22207
- ZIP Code
- 22207
- Solicitation Number
- FY12-GM-206_01
- Response Due
- 8/20/2012
- Archive Date
- 2/16/2013
- 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-206_01 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 2005-60. 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 2012-08-20 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, The Gentex Level IIIA Personnel Protective Armor System Ground Troops (PASGT) helmet, also referred to as the Lightweight LE helmet, is specifically designed to protect law enforcement and other personnel from ballistic threats. It exceeds the v50 requirements of MIL-H-44099A with a velocity of 2150 feet per second and Level IIIA 9mm projectile at 1400 feet per second.MED/LARGE, 30, EA; LI 002, Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt. Size - MEDIUM, 10, EA; LI 003, Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt.Size LARGE, 30, EA; LI 004, Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt.Size Extra Large, 10, EA; LI 005, Nomex Gloves, Small, 10, PR; LI 006, Nomex Gloves, Medium, 30, PR; LI 007, Nomex Gloves, Large, 10, PR; LI 008, Atac A2 Light with Clip Holster - Aerospace Grade Aluminum, (2) AA Duracell? Batteries Included, Regulated Circuit for Maximum Output, Cree? XP-E LED, Gold Plated Contacts, Intelligent Switch w. High/Low/Strobe, Momentary-On Switch, Stamped Metal Pocket Clip, Black TPR Soft Touch Anti-Roll Ring, Break-Away Lanyard Included, Water Resistant Construction, 50, EA; LI 009, Blackhawk 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., 50, EA; LI 010, Leatherman super tool 300 Tools: 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), 60, EA; LI 011, Stiener Police Binoculars 10 x 50 Specifications 10x50 ? Item no.648 Weight:36 oz Field of view:300 ft./1000 yds. Eye Relief:16mm Dimensions: (inches)5.2L x 8.2W x 2.8H, 20, PR; LI 012, Vehicle Search Mirror: 12 in. Diameter (30 cm) convex mirror tilted for easy viewing, Bright LED light bar (x2), 15hrs run time. Quick change standard 9v (x2) batteries located inside the pol, Foam hand grip, Deluxe swivel caster (x3,Mil spec water tight push button switch. ?Telescopic, non-rotational, black anodized pole (4 sections) ?Length 25? to 66? (63.5 cm to 167.5cm), non-rotational telescopic pole (5 pc.) ?Weight: 7.0 lbs ( 3.2 kg), 20, EA; LI 013, 12 X 30 Trauma Dressing 50 Dressings per package, 6, PG; LI 014, Blackhawk A.C.E. Goggle complete with Hard and soft case, cleaning bag, close fitting frame fits under helmet, Flexable santoprene frame, Nylene or capron removable nose guard 35mm non-slip silicone backed elastic head strap, foam dust filters over ventilation areas Color Black Part number 85AC00BK, 50, EA; LI 015, Brownells Individual Trauma Kit Kit Size - 7? (17.8cm) long, 5?? (14cm) wide, 3? (7.6cm) high. Includes ? oz. (15g) Celox bleeding control agent, (1) 58? (147cm) long x 4? (10.2cm) wide hemorrhage control bandage, (1) roll of 12?' (3.7m) long x 4?? (11.4cm) wide Kerlix gauze, (2) rolls of 9? (2.7m) long x 2?? (10.2cm) wide Kerlix gauze, (1) 9? (22.8cm) long x 5? (12.7cm) wide Dermacea abdominal pad, (1) 6?? (2m) long x 3? (7.6cm) wide elastic bandage, (1) 6? (15.2cm) long 12-hour yellow light stick, and instructions., 50, KT; LI 016, Blackhawk DE-TBK Tactical Backpack Kit consisting of the following: DE-BM Boltmaster Bolt Cutter, DE-TM Thundermaul, DE-SOHT Special Operations Hallagan Tool and 60ME00BK Manual Entry Tool Pack, 2, SE; LI 017, Blackhawk Urban Assault Vest with M4 and 9mm magazine pouches- Made of heavy-duty nylon for maximum strength and durability ? Adjustable for length and girth up to 6? length and add?l 32? girth ? Robust drag handle ? #10 YKK? Vislon? zippers and side-release buckles for rapid donning and doffing ? Padded HawkTex? Sniper Shoulder for a fully ambidextrous vest ? Two large, zippered map pouches inside ? Exterior pocket for BLACKHAWK!? Hydration System (sold separately see page 196) ? Shoulder D-rings for accessory attachment ? Belt loops secure vest to any web belt (belt not included, see page 59) ? Magazine pouches with adjustable flaps for tall or short magazines ? Radio pouch with cover flap and wire routing ? Four M16/M4 pouches hold eight magazines ? Hook & loop strips on front and back for ID patch, 40, EA; LI 018, The FAV LP Enhanced carrier serves to bridge the gap between tactical and concealable within the FAV MKII family of carriers. ?Ballistic panels can be interchanged between FAV MKII tactical vest, FAV LP Enhanced and FAV LV Enhanced vests ?External front and back dual 8? x 10? and 10? x 12? plate pockets for added protection ?Adjustable, sliding TAC-LOC? system provides 6? x 10? side ballistic protection ?Adjustable shoulders with integrated mic tabs ?Hook and loop ID attachment system ?Durable hook and loop fastening system ?Integrated Grip-Lok? Suspension System for removable NIJ Type IIIA ballistic panels ?Available Colors: Black, Tactical Green, Digital Woodland, Navy, Ranger Green, Khaki, MultiCam?, ACU and A-TACS?\ Size Small, 5, EA; LI 019, The FAV LP Enhanced carrier serves to bridge the gap between tactical and concealable within the FAV MKII family of carriers. ?Ballistic panels can be interchanged between FAV MKII tactical vest, FAV LP Enhanced and FAV LV Enhanced vests ?External front and back dual 8? x 10? and 10? x 12? plate pockets for added protection ?Adjustable, sliding TAC-LOC? system provides 6? x 10? side ballistic protection ?Adjustable shoulders with integrated mic tabs ?Hook and loop ID attachment system ?Durable hook and loop fastening system ?Integrated Grip-Lok? Suspension System for removable NIJ Type IIIA ballistic panels ?Available Colors: Black, Tactical Green, Digital Woodland, Navy, Ranger Green, Khaki, MultiCam?, ACU and A-TACS?\ Medium, 5, EA; LI 020, The FAV LP Enhanced carrier serves to bridge the gap between tactical and concealable within the FAV MKII family of carriers. ?Ballistic panels can be interchanged between FAV MKII tactical vest, FAV LP Enhanced and FAV LV Enhanced vests ?External front and back dual 8? x 10? and 10? x 12? plate pockets for added protection ?Adjustable, sliding TAC-LOC? system provides 6? x 10? side ballistic protection ?Adjustable shoulders with integrated mic tabs ?Hook and loop ID attachment system ?Durable hook and loop fastening system ?Integrated Grip-Lok? Suspension System for removable NIJ Type IIIA ballistic panels ?Available Colors: Black, Tactical Green, Digital Woodland, Navy, Ranger Green, Khaki, MultiCam?, ACU and A-TACS?\ Large, 10, EA; LI 021, The FAV LP Enhanced carrier serves to bridge the gap between tactical and concealable within the FAV MKII family of carriers. ?Ballistic panels can be interchanged between FAV MKII tactical vest, FAV LP Enhanced and FAV LV Enhanced vests ?External front and back dual 8? x 10? and 10? x 12? plate pockets for added protection ?Adjustable, sliding TAC-LOC? system provides 6? x 10? side ballistic protection ?Adjustable shoulders with integrated mic tabs ?Hook and loop ID attachment system ?Durable hook and loop fastening system ?Integrated Grip-Lok? Suspension System for removable NIJ Type IIIA ballistic panels ?Available Colors: Black, Tactical Green, Digital Woodland, Navy, Ranger Green, Khaki, MultiCam?, ACU and A-TACS?\ Extra Large, 5, EA; LI 022, Adventure Medical Field Trauma Kit w/ Quick Clot Bandage Materials 4 Bandage, Adhesive, Fabric, 1" x 3" 3 Bandage, Adhesive, Fabric, Knuckle 2 Bandage, Butterfly Closure 1 Bandage, Elastic, Self Adhering, 2" 2 Dressing, Gauze, Sterile, 2" x 2", Pkg./2 2 Dressing, Gauze, Sterile, 4" x 4", Pkg./2 1 Dressing, Non-Adherent, Sterile, 3" x 4" Bleeding 2 Gloves, Nitrile (Pair), Hand Wipe 1 QuikClot Sport 25g 2 Trauma Pad, 5" x 9" Blister / Burn 11 Moleskin, Pre-Cut & Shaped (11 pieces) Instrument 3 Safety Pins 1 Splinter Picker/Tick Remover Forceps Medical Information 1 Comp. Guide to Wilderness & Travel Medicine Medication 1 After Bite Wipe 2 Antihistamine (Diphenhydramine 25 mg) 1 Aspirin (325 mg), Pkg./2 2 Ibuprofen (200 mg), Pkg./2 Wound Care 6 After Cuts & Scrapes Antiseptic Wipe 1 Dressing, Petrolatum, 3" x 3" 1 Tape, 1/2" x 10 Yards 2 Triple Antibiotic Ointment, Single Use, 10, KT; LI 023, 5" x 9" Gauze Pads, 720, 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. 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. 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. 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 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. 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 _______________ Technical and past performance, when combined, are more important than price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/FY12-GM-206_01/listing.html)
- Place of Performance
- Address: Sterling, VA 20166
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN02840944-W 20120817/120816000731-84c238dd607c30ec61fb91da999ea2dd (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 |