SOLICITATION NOTICE
13 -- QRF KIT
- Notice Date
- 9/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SA-11B, Dunn Loring, VA 22027
- ZIP Code
- 22027
- Solicitation Number
- FY16-GC-532
- Response Due
- 9/13/2016
- Archive Date
- 3/12/2017
- Point of Contact
- Name: Granger Cissel, Title: Supply Systems Manager, Phone: 5712269620, Fax:
- E-Mail Address
-
cisselg@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 FY16-GC-532 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 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 922120 with a small business size standard of 0.00 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 2016-09-13 12:00:00.0 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, Brand Name or Equal, to the following: LI 001: Plate Carrier, Condor, Lightweight, adjustable/detachable cummerbund with pockets for ballistic plates. Adjustable in girth and height. Heavyweight webbing over the entire vest for modular attachments. Size M-XL, Adjustable. High durable nylon fabric., 30, EA; LI 002: Mag pouches, triupple AK-47 with adjustable hook and loop flaps. Molle compatible., 30, EA; LI 003: Radio Pouch, Condor Tactical Gear made of the same durable material as all Condor Tactical gear and is MOLLE compatible. Model MA9-008, 30, EA; LI 004: Backpack, Condor Elite Titan Assault Pack, 25, EA; LI 005: Duty Belt, Small, nylon, 10, EA; LI 006: Duty Belt, Medium, nylon, 15, EA; LI 007: Duty Belt, Large, nylon, 10, EA; LI 008: Shooting Mat, MidwayUSA Competition, 169107, 25, EA; LI 009: Carabiner, Grimloc Locking Molle, tan, 50, EA; LI 010: Sling Black, 2 point,Outdoor Connection Tactical AK47 SPT6-28193, 30, EA; LI 011: Holster, Tactical, Right Hand, Blackhawk Omega 6 Elite Holster, Size 2., 25, EA; LI 012: Holster, Tactical, Left Hand, Blackhawk Omega 6 Elite Holster, Size 2., 5, EA; LI 013: Camelbak Hydration System, 100 oz. Bladder, nylon shoulder straps (adjustable) to be worn over tactical vest. Tan in color, 25, EA; LI 014: New click-in dryer hangs Antidote? Quick Link? reservoirs, ensuring water drain Extra folding dryer arms lock open Antidote reservoirs. Two brushes and cleaning tabs keep your reservoir taste-free, 25, EA; LI 015: Camelbak Reserve Bladder100 ounce replacement bladder, 25, EA; LI 016: Wiley Rogue Sunglasses, Rogue Grey/Clear/Rust Matte Black frame. Shatterproof Selenite? Polycarbonate Lenses that Meet the MIL-PRF-32432(GL) Ballistic Standards. ANSI Z87.1-2010 High Velocity and Mass Impact Standards, and EN-166 Standards, 25, EA; LI 017: Hearing Protection, Peltar 3M Model 6S Tactical Earmuff., 25, EA; LI 018: Spyderco Knife, Length overall - 7.125", length closed - 4.25". Black, Serrated Edge, 25, EA; LI 019: Leatherman REBAR mult-tool, 25, EA; LI 020: Mini Flashlight, 5.11 TMT A2 Flashlight LED with 2 AA Batteries Aluminum Black, Areospace grade aluminum, (2) AA Batteries included, Intelligent switch with high/Low/Strobe, Momentary -On Switch, Anti-Roll Ring, Light Output: 220 lumens on high, Run Time: 1.5 hours on high, 57 hours on low., 30, EA; LI 021: MAGlite Flashlight, LED 3D Flashlight in Black, 4, EA; LI 022: Cuff Cutter, Plastic Design uses compound leverage and piercing blade to promote safe removal of disposable restraints. Recessed blade. Can be clipped to key ring or carried inside vest or BDU., 30, EA; LI 023: Monadock DC/T 1/2" wide Double Loop configuration made of molded plastic -white in color., 10, EA; LI 024: The CAM FIT? retention system, compliant with ACH and ECH Static Pull Strength requirements. Coyote Brown, 25, EA; LI 025: The CAM FIT? retention system, compliant with ACH and ECH Static Pull Strength requirements. Coyote Brown, 5, EA; LI 026: Training Bag, Redman Gear Item#TN345, 6, EA; LI 027: Horn, Air, Non-Hazmat, Max Pro Superblast Pump Horn. Must be pump-action and not compressed air., 16, EA; LI 028: Foam Hearing Protection, Box of 200, 8, EA; LI 029: Sttapler, T50 Heavy duty tacker, 1/4"-9/16", 6-14MM, 4, EA; LI 030: Staples, heavy duty, 3/4 Inch, for T50, Box of 1000, 4, EA; LI 031: 550 Cord - Genuine Mil-C-5040 Type 3 made to military specifications, 550 pound tensile strength, Mildew resistant, Green, Seven inner strands, 1, EA; LI 032: Stop Watch, Seconds and 1/100th of a second, time single or split events. Water, dust and shock resistant, with alarm and date., 10, EA; LI 033: Training Glock-17 - ASP Blue Gun Features: Same size, looks and feel of real firearms, 30, EA; LI 034: Red Training AK-47 -Replica of the AK-47 Assault Rifle, 30, EA; LI 035: Radoi, Motorola TalkAbout EM1000R 20-Mile 22-Channel FRS/GMRS Two-Way Radio (Pair), 30, EA; LI 036: Tripod, Manfrotto MT055XPRO3 3-Section Tripod, 4, EA; LI 037: Tripod Ball Head, Manfrotto 322RC2 Ballhead, 4, EA; LI 038: Tripod Bag, Manfrotto MBAG80 Padded, 4, EA; LI 039: Traffic Cones, 18" PVC Day Glow Orange/Red, 50, EA; LI 040: Training Baton, ASP, 21 inch, 30, EA; LI 041: Scabbard ASP 21" SideBreak Scabbard, 31, EA; LI 042: Ballistic Plate Tactical rifle plates (key points: steel). Stand alone level III plate, multi-curved shape for insertion into plate carrier tactical vest. 10 x 12., 60, EA; LI 043: Helmet, Kevlar 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. Size Medium, 15, EA; LI 044: Helmet, Kevlar 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. Size Large, 10, EA; LI 045: Monoshock Door Ram DE-MS Non-sparking and electrically non-conductive to 100,000 volts AC, Semi-flex handle system absorbs most of the impact stress, Unique design allows for maximum force from a lighter weight tool, Weight: 32 lbs, Length: 31.5 Inches, 3, EA; LI 046: Halligan Tools, Blackhawk SE-SOHT ? weight 7.5lbs, Length 24?, 3, EA; LI 047: Sledge Hammer, 6 lb., 22 In, Fiberglass, 3, EA; LI 048: Metal detector, hand held, 6, EA; LI 049: Search mirror, 12 inch convex with LED lights, 9, EA; LI 050: Spotting Scope, Leupold GR 10-20x40mm Compact Spotting Scope, 4, EA; LI 051: Laser Rangefinder Leupold RX-1200i Digital, 4, EA; LI 052: Binoculars,Tactical, Leupold BX-2 10x42mm, 4, EA; LI 053: Laser Designator, Laser Genetics ND5 Mini LG-ND5-MINI, 4, EA; LI 054: Steel baton, ASP, expandable, 21 inch, 30, EA; LI 055: Ladder, Lightweight Collapsible, 17' Designed specifically for tactical, military, SWAT, and LE applications 1A rated to support up to 300 lbs. Heavy-wall aircraft-grade aluminum; flat black anodized armor finish Patented Triple-Locking Hinges with noise-deadening locks-Model 17, 1, EA; LI 056: Ladder, Lightweight Collapsible, 22' Designed specifically for tactical, military, SWAT, and LE applications 1A rated to support up to 300 lbs. Heavy-wall aircraft-grade aluminum; flat black anodized armor finish Patented Triple-Locking Hinges with noise-deadening locks-Model 22, 1, EA; LI 057: Transformer 1000 Watt Step Up/Step Down, 110V AC to 220V AC or 220V AC to 110V AC, Built-in (non-detachable) power cord with strain relief, Fused Protection, Safety polarized input switch, Universal output receptacles ( European 2 round pin plug, North American 2 flat pin and 3 prong plug), Heavy Duty Transformer for safety and reliability, 2, EA; LI 058: Whistles, Plastic black with lanyards, 30, EA; LI 059: Digital Camera, Nikon CoolPix L30, 4, EA; LI 060: Memory Card, 4GB, SDHC, Sandisk, 4, EA; LI 061: Screw Driver Set, Includes both Philipps and Flat, 3, ST; LI 062: Tool Box, 20 Inch Plastic with carry handle, 4, EA; LI 063: Mallet, 32oz rubber, 2, EA; LI 064: Hammer, Claw 16oz. Fiberglass, 2, EA; LI 065: Vice Grips 10" long, 2, EA; LI 066: Extension Cord 50' Fellowes heavy-Duty Indoor/Outdoor, Part numer 99598, Orange, UL certified, 2, 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). New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 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. 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. 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. 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 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. Award of bids will be evaluated by price, technical capability, delivery and past performance. 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. 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. 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,and 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY16-GC-532/listing.html)
- Place of Performance
- Address: Sterling, VA 20166
- Zip Code: 20166
- Record
- SN04266067-W 20160912/160911162443-5614476d06865fb0a334b5cceccd0a0b (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 |