SOLICITATION NOTICE
99 -- CRT Course Equipment
- Notice Date
- 6/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2230 Gallows Rd, Dunn Loring, VA 22027
- ZIP Code
- 22027
- Solicitation Number
- FY15RR0065
- Response Due
- 6/16/2015
- Archive Date
- 12/13/2015
- Point of Contact
- Name: Ronald Rokosz, Title: Logistics Coordinator, Phone: 5712269623, Fax:
- E-Mail Address
-
rokoszrj@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 FY15RR0065 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 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 452111 with a small business size standard of $32.50M.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 2015-06-16 15:30:00.0 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, Brand Name or Equal, to the following: LI 001: Pouch, Diversionary Device Double,- 4.5" x 2" x 2", Adjustable lid w/Quick release and 2" adjustability, 60, EA; LI 002: 123A Lithium Batteries (12 per Box), 30, BX; LI 003: Flashlight, Mini w/Pouch "AA" Batteries, 40, KT; LI 004: Blackhawk DE-HT Halligan Tools, 2, EA; LI 005: Kevlar Helmet, Threat Level IIIA protection Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. Internal shock-absorbing foam suspension system Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color., 16, EA; LI 006: Redgun M4, Red Training Colt M4 - This Red Gun? is a replica of the Government M4 Collapsible Stock Carbine. It is a full-size, lightweight exacting replica of the actual firearm. It is ideal for weapon retention, disarming, building searches, and sudden assault training. Same size, looks and feel of real firearms, Stock is fixed in extended mode, Red color mitigates mistaken identity with real firearms. Rifle must HAVE sling adapters mounted., 15, EA; LI 007: First Aid Kit, ?(1) EFA- First Aid Instructions ?(1) Trauma dressing ?(5) Bandage strips, 1 x 3"?(1) Roll of bandage gauze, 2" x 4.1 yds. ?(2) Sterile sponges, 4 x 4"?(3) Knuckle bandages?(2) Butterfly strips ?(1) Eye pad?(1) Pill bottle ?(6) Pain relievers?(2) Ammonia inhalant ampoules ?(1) Triple antibiotic?(1) First aid cream ?(1) Roll of adhesive tape?(4) Alcohol wipes ?(3) Iodine wipes?(3) Antiseptic BZK wipes ?(3) Clean wipes?(3) After-bite wipes., 7, KT; LI 008: Ballistic Steel Plates ? Must fit into front and rear panels of the ballistic vest (see item #1), United Shield International - Model ACER Level III 10"X12", 66, EA; LI 009: Blackhawk DE-MS Monoshock Door Ram (Single Operator), 2, EA; LI 010: Bull Horn, handheld 50w Loudspeaker, 8, EA; LI 011: Cuff Cutter, Plastic Design uses compound leverage and piercing blade to promote safe removal of disposable restraints. Recessed blade cannot injure subject. Can be clipped to key ring or carried inside vest or BDU., 40, EA; LI 012: Grips, Vice 10", 4, EA; LI 013: Universal BDU Belt, Blackhawk #41UB01BK fits up to 52" designed and constructed of double layer of tough 2 inch nylon web with polymer - color stiffener/non-reflective with heavy duty, precision stit - both edges are bound with smooth nylon/ pro-3 triple retention buckleching - Tan in color, 32, EA; LI 014: Monadock DC/T 1/2" wide double training cuff, Using standard cuffing techniques, one of these 1/2" wide disposable double cuffs from Safariland? will do the job of two single-strap disposables. Cuffs have 400lb tensile strength and will not cut into prisoner wrists. All nylon cuffs can also be written on to record the date, time of arrest or other pertinent information. 1/2" wide, 400 lbs, of tensile strength, Will not cut into prisoner's wrists, Can be written on to record the date, time of arrest or other pertinent information, 60, EA; LI 015: Helmet Retention System, Adjustable helmet retention system to be inserted inside the Kevlar Helmet. This Team Wendy product allows instructors to fit any student's head with a helmet without providing various helmet sizes. This retention system is fully adjustable and will accommodate all sizes for a perfect fit., 32, EA; LI 016: Blackhawk Micro-Thunder sledge, 3, EA; LI 017: Blackhawk CZ Gear Bag - made of 1000 denier nylon with wrap around handles -adjustable shoulder straps with nylon slip shoulder pad, dimensions of 33.5x16x15., 40, EA; LI 018: Holster, Tactical, Kydex Black Plastic Holster - thigh mount rigging with adaptability for light mounted on Glock 17 handgun - must accommodate the Glock Model 17 handgun with light mounted flashlight. See Surefire Model X300 (below) for light attachment. This holster must accommodate the Surefire Model light as described below. Safari Land Model 6004-836-121 tactical drop leg holster (Right Handed) Model 6004-836-122 (Left Handed). Purchase 28 right handed and 4 left handed holsters., 32, EA; LI 019: Tactical Search Mirrors, 5/40 fixed length- features flashlight brackets which hold 2DD flashlight with Convex Mirror (adjustable), 32, EA; LI 020: Tactical Ballistic Vest, Threat Level IIIA Body Armor - Meets NIJ 06 Body Armor Standards - Point Blank Paraclete Federal Tactical Body Armor. Specially contoured carrier shape offers optimum protective coverage while maintaining maximum maneuverability. Exceptionally strong and durable 500 denier outer shell construction Integrated torso padding system placed within the internal spacer mesh lining improves airflow and breathability. Internal cummerbund helps stabilize the vest and provides a secure fit. External, top-loading, front hard armor plate pocket and internal bottom-loading back hard armor plate pocket Left and right shoulder webbing for radio handset. Easily accessible wire routing channels. Heavy duty, reinforced ?man down? strap MOLLE Compatible Webbing Attachment System. High visibility, removable identification in the front and back Ballistics FIIIA, Weight 1.14 lbs/sq. ft, 40, EA; LI 021: Tactical Vest, Omega Elite, Omega Elite- Tan, 40, EA; LI 022: Protective Head Gear FX@ 9000 Helmet, 40, EA; LI 023: FX 9000 vest, 40, EA; LI 024: Crates, Plastic, Milk, 9, EA; LI 025: 550 Cord x 1,000 feet, 1, EA; LI 026: ALT-C Target, CASE OF 100, 1, CS; LI 027: Camelbak Hydration System w/ Cleaning Kit and Reserve Bladder, 40, EA; LI 028: Chemlight, Blue, 50, EA; LI 029: Chemlight, Green, 50, EA; LI 030: Chemlight, Red, 50, EA; LI 031:.223/5.56mm Dummy Ammunition, 250, EA; LI 032: Carbine mounted-light, 32, EA; LI 033: Century Body Shield, 14 1/2" by 25", Century kick punch body shield. It is great for all levels of martial artists. Constructed with a tough 15 oz. nylon reinforced vinyl cover over dense compressed foam core. This shield has been used by top martial art schools for years, and continues to be a customer favorite. When held properly you can practice virtually any striking technique. Two back handles, and one on each side. Your choice of Red, Black or New Blue. Shields Measure : 14-1/2 inches x 25 inches x 5 1/2 inches thick., 12, 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 this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). 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. 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 Bids 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 Bid 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. 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 software is licensed originally to Buyer as the original licensee authorized to use the software. 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. 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. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. 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. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. 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. 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. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY15RR0065/listing.html)
- Place of Performance
- Address: Sterling, VA 20166
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN03761938-W 20150613/150611235718-978a819ce63a518a3d6f2690ff0c98ed (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 |