Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
MODIFICATION

99 -- TACTICAL VESTS (REPOSTED WITH ADDITIONAL SPECS)

Notice Date
5/30/2006
 
Notice Type
Modification
 
Contracting Office
Us Department Of State, Arlington, VA 20520
 
ZIP Code
20520
 
Solicitation Number
1069-6G7028
 
Response Due
5/30/2006
 
Archive Date
6/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1069-6G7028 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 421610 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, May 30, 2006 at 15:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, MEET OR EXCEED, to the following: LI 001, VICTORY VEST W/ LTA 3A, XL, CT CLARIFICATIONS: 1. Manufacturer is Custom Armor Technologies 2. Non Mollie System, adjustable shoulder straps and side cummerbund with front zipper. 3. Camel Tan 4. LTA is the Model Number. CT dose he mean CAT ? 5. I do not what soft trauma Plates Must be able to use current DS Plates. 6. Areal Weight: 1.40, Thickness: 0.25, 100% Aramid **VESTS PROPOSED MUST MEET AT LEAST NIJ standard 0101.04 2005 Interim Requirements. NO EXCEPTIONS. **The vest must accept 8 x10 and 10 x 12 ballistic plates without having to remove the soft ballistic panels, 24, EA; LI 002, VICTORY VEST W/ LTA 3A - CUSTOM SIZE XXL, CT CLARIFICATIONS: 1. Manufacturer is Custom Armor Technologies 2. Non Mollie System, adjustable shoulder straps and side cummerbund with front zipper. 3. Camel Tan 4. LTA is the Model Number. CT dose he mean CAT ? 5. I do not what soft trauma Plates Must be able to use current DS Plates. 6. Areal Weight: 1.40, Thickness: 0.25, 100% Aramid **VESTS PROPOSED MUST MEET AT LEAST NIJ standard 0101.04 2005 Interim Requirements. NO EXCEPTIONS. **The vest must accept 8 x10 and 10 x 12 ballistic plates without having to remove the soft ballistic panels, 24, EA; LI 003, GENTEX BALLISTIC HELMET XL, TAN, SPECS: Gentex TBH (Tactical Ballistic Helmet) - GT-2000 NIJ 0106.01 Level 3A The TBH offer the following advantages when compared to the current MICH Ballistic Helmet: ? Increased ballistic protection with less head borne weight ? A reduced profile resulting in better peripheral and look-up field of vision for improved situational awareness ? Improved stability and comfort utilizing a 4 point fully adjustable retention system ? Pad style suspension system ? Improved interface with ballistic vests, goggles, communications headsets, gas masks and shoulder fired weapon sights ? Chinstrap and retention can withstand 115 lb tension loading and is designed and approved for parachute operations ? Provides impact attenuation (velocity of 10FPS not to exceed 150g?s) ? Available in 4 sizes to fit 5th to 99th percentile population range ? State Department approved for requirements for combat effectiveness Note: Level 3A includes the ballistic threats of 9mm, 124gr. FMJ at 1400 FPS and the 44 Mag, 240gr. SWC at 1400 FPS in accordance to the NIJ 0106.01. The TBH also meets or exceeds the US Military Standard (17 grain FSP) V50 2150 FPS. Adjustable Sizing Pad Suspension System Variable thickness front and rear Sizing Pads (6) and a split-section Crown Pad are provided. The split crown pad can be separated to allow use with an over the head style headband headset. Sizing pads are a combination of .25" and .50" CONFOR? foam that provide adjustable fitting, impact protection and minimize pressure points. The cover of the pads can be opened to remove or add foam for maximum comfort, sizing and stability. The Pads are held in place by hook tape bonded to the shell and can be positioned as necessary. Gentex Helmet Size Medium with Sizing Pads Circumference 21.25? to 23.25? Large with Sizing Pads Circumference 23.25? to 24.33?, 48, EA; LI 004, SHIPPING, 1, EA; 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Patrick Villegoureix-Ritaud at villegoureix-ritaudp@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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 at that email address no later than the closing date and time for this solicitation. 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. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. BEFORE AWARD OF PO TO EQUAL, US DEPT OF STATE REQUIRES SELLER TO PROVIDE SAMPLE Vest TO BE TESTED AGAINS THE PROTOCAL FOR US DEPT OF STATE VESTS. The vender will be required to supply a vest at no cost to the Gov for the test.
 
Web Link
www.fedbid.com (a-27734, n-2502)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01058966-W 20060601/060530220341 (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.