Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

84 -- Provide 23,092 suspension liner retrofit kits for the Personnel Armor System Ground Troops (PASGT) helmet for the Oregon Army National Guard.

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-05-T-0009
 
Response Due
8/25/2005
 
Archive Date
10/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; prop osals are being requested and a written solicitation will not be issued. (II) Solicitation W912JV-05-T-0009 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates FAR provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-05. All FAR and DFAR provisions and clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil. (IV) The associated NAICS code for this acquisition is 315999, SIC code 8299, small business size standard is 500 employees. This requirement is a 100% small business set aside. In the event a qualified small business offer is not received, this require ment becomes unrestricted. (V) The requirement is for 23,092 suspension liner retrofit kits for the Personnel Armor System Ground Troops (PASGT) helmet. The Government reserves the right to award all or part of the quantity. Quantity price breaks should be specified incrementall y. (VI) COMMERCIAL ITEM DESCRIPTION: Infantry helmet liner retrofit kits for the PASGT helmet. Kits will include a four point retention (chinstrap/nape pad) system, modular pad suspension system, and accessories for installation/assembly. Kits will be ins talled in the PASGT helmet as an integrated system for use in training and combat situations. Kits include all items needed for installation of the retrofit liner and shall be easily accomplished by the intended wearer without the use of special tools or extensive training. The kit shall be compatible with all fielded clothing, accessories, and individual equipment likely to be worn. Chinstrap connecting clip must be either (a) adjustable by individual to be placed on the left or right side of the face, or (b) available to be ordered with the clip on either the left or right hand side of the face. Offerors will include literature/description of all available retentions system colors. Color(s) for the retention system must be compatible with current batt le dress uniform and advanced combat uniform. In addition to requirements above, Offerors may refer to the relevant performance specification requirements listed in the Performance Specification, Helmet, Advanced Combat, issued by Natick Soldier Center, d ated 27 Apr 05. An electronic copy of this document may be obtained from the contracting officer listed below. Offerors who submit items that meet or exceed the requirements above and the relevant Natick performance specifications, as applied to the PASG T helmet and liner retrofit components, will be considered technically capable. IAW FAR Part 12.205(b) Offerors are allowed to propose more than one product that will meet the Governments requirements in response to this solicitation. (VII) Delivery will be to two locations. Approximately 28% of the quantity ordered will be delivered to Clackamas, OR 97015. Approximately 72% of the quantity ordered will be delivered to San Luis Obispo, CA 93405. Phased delivery is acceptable, however , significant performance needs to be accomplished within 60 days of receipt of order. Because delivery date is part of the evaluation factor, please provide the delivery date(s) for each location with your offer. Delivery is FOB DESTINATION to the two l ocations. (VIII) The latest edition of provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. (IX) The latest edition for FAR 52.212-2, Evaluation  Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are technical acceptability of the item offered to meet the Governmen ts requirement, past performance, price and delivery schedule. Technical and past performance, when combined, are significantly more important than price. Offerors must submit product sample/literature, best price and best delivery schedule. Technical evaluation will include examination of offere d kit(s). Offerors will submit one (1) kit to fit a Large PASGT by the offer due date listed below. If Offeror is submitting more than one product as part of its offer(s), sample kits must be included for each offer. Offerors may also submit product lit erature describing the technical capabilities of the offered kit(s). Offeror must submit a minimum of three (3) past performance references who have acquired the offered product(s). It is preferred that the reference be a government agency who has procur ed the product in large quantities. References will include name, address, email address, telephone number, contract amount, contract date. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offerors initial submission should contain the offerors best product, best price, and best delivery schedule. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracti ng Officer later determines them to be necessary. The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. Th e Best Value is the most advantageous offer, non-price and price related factors considered, and consistent with the Governments stated importance of evaluation criteria. (X) Offerors will include a completed signed copy of the provisions at FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and DFAR 252.212-7000, Offer Representations and Certifications-Commercial Items with its offer. Not e, in accordance with FAC 2001-26, Offerors are required to complete representations and certifications electronically at http://orca.bpn.gov. (XI) The latest edition of FAR 52.212-4, Contract Terms and Conditions, applies to this acquisition and is incorporated by reference. (XII) The latest edition of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. Under paragraph (b) the following clauses are incorporated: 52.203-6 (Alt I), 52.219-6, 52.219-8, 52.2 19-9, 52.219-14, 52.225-1, 52.225-13, and 52.232-33 (XIII) The following provisions and clauses are incorporated by reference: 52.204-4, Printed or Copied Double Sided or Recycled Paper; 52.204-7, Central Contractor Registration; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; 52.232-18 , Availability of Funds; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses. DFAR clauses 252.212-7000, Offeror Representations and Certifications  Commerci al Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following applicable: Paragraph (a), 52.203-3; Paragraph (b), 252.225-7012, 252.226-70 01, 252.243-7002, 252.247-7023, 252.247-7024. (XIV) DPAS rating is not applicable. (XV) Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. Offerors are requested to submit questions to the email address noted below not later than 9:00 A.M. pacific standard time, 18 August 2005. Te rms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to con tractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes (including product samples for evaluation, price, past performance references, and delivery schedules) will be due to the USPFO-P, PO Box 14350, Salem, OR, 97309-5047, by 25 August 2005, 2:00 P.M. pacific standard time. Any of the above infor mation is protected under the Privacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is Major Karl S. Pond (503) 584-3784. Fax (503) 584-3771. Email: karl.pond@or.ngb.army.mil
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14350 Salem OR
Zip Code: 97309-5047
Country: US
 
Record
SN00864665-W 20050810/050808212218 (fbodaily.com)
 
Source
FedBizOpps.gov 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.