Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
MODIFICATION

81 -- BSAC Kits

Notice Date
9/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
10692A1856
 
Archive Date
9/27/2012
 
Point of Contact
Anil N. Nayak, Phone: 703-875-6843, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
nayakan@state.gov, SanchezVJ@state.gov
(nayakan@state.gov, SanchezVJ@state.gov)
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 10692A1856 and is issued as a Request For Quote, 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 561910 with a small business size standard of $7,000,000.00. This requirement is restricted to Service-Disabled Veteran- Owned small businesses and only qualified offerors may submit quotes. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. The Department of State requires the following items, Meet or Exceeds Expectations, to the following: **The Department requires a custom BSAC Kit with two (2) parts-175 kits will include right hand holsters/25 kits will include left hand holsters. All items (qty 1 in each kit) listed below should be included in one (1) kit/200 quantity kits total.** Part 1-DOS FAS Kit (Point Blank Manufacturing Part No. FASF3A010T) FAS ARMOR CARRY BAG 500D BLACK 1 FEDERAL CONCEALABLE TWILL CARRIER KHAKI 1 FEDERAL ULTRA CONCEALABLE TWILL WHITE 1 FEDERAL FIELD JACKET BASE VEST TWILL KHAKI 1 FEDERAL TACTICAL FIIIA SIDE WING 2 FEDERAL TACTICAL FIIIA SHOULDER 2 FEDERAL TACTICAL 1000D OUTER SHELL FAS COYOTE 1 FEDERAL POUCH COYOTE 2 FEDERAL SIDE WING COYOTE 2 IDPANEL4X11D FINISH 1000 DENIER ID PANEL COYOTE 1 IDPANEL5X11D COY PR 5.25"X11 FINISH 1000 DENIER ID PANEL COYOTE 1 5 X 8 SOFT TRAUMA INSERT 1 10X12 LEVEL III/IV IN CONJUNTION FIIIA 2 FEDERAL FIIIA BALLISTIC PANEL SET 1 Part 2-BSAC Accessories SIG P229R HOLSTER R/H or L/H (SAFARILAND Part Nos. 568-744-411/568-744-412) SIG DBL MAG POUCH (SAFARILAND Part No. 0-79) FANNY PACK (BLACKHAWK Part No. 60WF05BK) 21" BATON (ASP Part No. F21FA) 21" BATON SCABBARD (ASP Part No. F21) BADGE HOLDER (STRONG Part No. 80780-15152) OC SPRAY HOLDER (BIANCHI Part No. 18204) RADIO HOLDER (AKER Part No. 587) HANDCUFFS (SMITH & WESSON Part No. 100 NICKEL) HANDCUFF HOLDER (AKER Part No. 506) GEAR BAG (UNCLE MIKES Part No. 5241-1) Z2 FLASHLIGHT (SUREFIRE Part No. Z2-BK) Z2 HOLSTER (SUREFIRE Part No. V70) CLEANING KIT (OTIS Part No. FG-645-9 BX) TRIGGER LOCK (FRANZEN Part No. 11113) CASE LOCK (MASTER LOCK Part No. 646T) ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** In addition to providing pricing for this solicitation, each Offeror must provide NON-PRICING responses (e.g. technical descriptions, past performance, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Anyone other than the manufacturer, offering the name-brand manufactured products, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor. FAR 52.212-2 Evaluation-Commercial Items: An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed specifications as identified, and past performance are more important than price. All unit rates should include all costs including any possible shipping to Springfield, VA 22153. FAR 52.217-6 Option for Increased Quantity: 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 365 of the final shipment. Delivery of the added items shall continue at the same rate as the like items called for under the award, unless the parties otherwise agree. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10692A1856/listing.html)
 
Place of Performance
Address: Springfield, Virginia, 22153, United States
Zip Code: 22153
 
Record
SN02898630-W 20120927/120926003644-2f149b1f9e570ab5d1d492b3d858e3e9 (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.