Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2006 FBO #1705
SOLICITATION NOTICE

84 -- Dry Suits

Notice Date
7/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-06-R-DNQ157
 
Response Due
8/15/2006
 
Archive Date
10/30/2006
 
Point of Contact
Sandra Queen, Contract Specialist, Phone 202-475-3218, Fax 202-475-3905, - Jennie Peterson, Contracting Officer, Phone 202-475-3215, Fax 202-475-3905,
 
E-Mail Address
squeen@comdt.uscg.mil, jpeterson@comdt..uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS AND SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 15, as supplemented with additional information included in this notice. zThis announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-06-R-DNQ157, which is a Request for Proposal (RFP). The NAICS code is 315999. The proposed contract is 100% Set-Aside for Small Business concerns. Small Business size standard is 500 Employees. The Period of Performance for this requirement will be five years. A Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity contract is anticipated. The United States Coast Guard (USCG) has a continuing requirement to provide Personal Protective Equipment (PPE) to the field to perform various operational missions. The USCG and DHS as a whole, are attempting to standardize PPE where ever possible to be more efficient and effective. The dry suits supplied through this acquisition may be ordered by any DHS Organizational Element. The suits shall have a standard operational life of at least three (3) years. You are requested to provide your policies on warranted items and length of the warranty beyond the required three (3) years. The USCG and other DHS Organizational Elements require the contractor to deliver Lightweight Dry Suits and Industrial Dry Suits. Both the Lightweight Dry Suit and the Industrial Dry Suit will be used in maritime, terrestrial, airborne, shipboard, and transitional environments. The mission will determine which suit should be worn. Both the Lightweight Dry Suit and the Industrial Dry Suit shall be completely assembled, ready for use, commercial off the shelf, garments that are completely waterproof and moisture vapor permeable. The definition of waterproof for the purposes of this requirement means that the suit has been constructed from a waterproof fabric (a coated fabric satisfying the hydrostatic resistance requirements of the ASTM-D-3393, found at http://www.astm.org) and after construction, the suit is leak checked by the manufacturer to prove that no leaks exist. No leaks are allowable. Both types of dry suits, hereinafter referred to as ?the suits,? shall provide water vapor management and must be durable enough for rugged field use. The suits shall keep the operator dry in all weather conditions without interfering with typical mission movements or compromising range of motion for activities including, but not limited to swimming, running, assault movements and weapons manipulation. The suits must be lightweight, fit comfortably and must be able to keep the operator dry while immersed in water without water leakage into the suit. The suits and all components and design features shall be compatible with individual equipment (load-bearing equipment, body armor, headwear, hand wear and footwear/fins.) used by/in operations and training. The neck ring, neck and wrist gaskets shall be comfortable, shall not interfere with individual clothing or equipment and shall be adequately protected from the elements and physical damage. The suits must have front entry and relief sipper, integrated socks, easily accessible and at least a pocket on the shoulder, thigh and calf. The suits must reduce the effects of abrasion on key garment stress areas, be adequately quiet during typical mission movements with ease in donning and doffing. The suits shall be sized to fit, with minimum sizes, the 5th percent female to the 95th percentile male operator; however, the contractor must have the ability to provide special order sizing. These standards are taken from ASTM F1166-95a(2000) Standard Practice for Human Engineering Design for Marine Systems, Equipment and Facilities, found at http://www.astm.org. REQUIREMENTS FOR LIGHTWEIGHT AND INDUSTRIAL DRY SUITS (CLIN 0001): The suit(s) shall be: 1.0 designed for constant wear; 1.1 shall be useable in air temps of -30F to 70F; 1.2 shall be resistant to temperature cycling; 1.3 shall have a Material Weight in accordance with (ASTM D-3776), not to exceed 7.4 oz/yd; 1.4 shall have no leakage and shall be 100% leak tested prior to shipping, in accordance with your Quality Assurance Plan. 1.5 shall keep the operator dry. Material shall be in accordance with ASTM D-3393 standard; 1.5.1 shall be resistant to water penetration after exposure to synthetic perspiration; 1.5.2 shall be resistant to water penetration after exposure to diesel fuel; 1.5.3 shall be resistant to water penetration after exposure to aircraft fluid; 1.5.4 shall be resistant to water penetration after exposure to DEET; 1.6 shall be water vapor permeable; 1.6.1 shall be either: ISO 11092 (no greater than 0.18 m?mbar/w) or ISO 15496 (no greater than 0.10 g/Pa/m2/h); 1.7 shall have the following salient characteristics of the neck and wrist seals: include tear and ozone resistant, trimable seals, one size fits all design that fit comfortably and conforms to the wearers? body to seal against intrusion of water; 1.8 shall have a neck seal protective flap; 1.9 shall have arm cuffs that are constructed to protect the wrist seal by a gauntlet style fabric closure that closes around the wrist seal with hook and pile fastener tape; 1.10 shall address outer shell fabric protection for high wear areas; 1.10.1 shall, at a minimum, have reinforced knees capable of withstanding non-skid decking material; 1.11 shall be available as small, medium, large, extra large and double extra large. Size ranges shall be from the 5th percentile female to the 95th percentile male and shall be adequate for most the remaining 5% at each extreme when worn over insulated undergarments up to ? inch thick; 1.12 shall incorporate an attached sock type foot design that is one size fits all or shall range in size to fit the 5th percentile female to the 95th percentile male and are adequate for most the remaining 5% at each extreme; 1.13 shall have zippers that:; 1.13.1 provide main entry closure that will completely seal from the intrusion of water and shall be of a design that allows the wearer to rapidly don the garment and to open and close without assistance; 1.13.2 shall offer male bladder relief closure that will completely seal from the intrusion of water and shall be of a design that allows the wearer to open and close the seal without assistance; 1.14 shall come with removable internal suspenders; 1.15 shall have loops at the waist for retention of a Law enforcement Belt; 1.16 shall have a manufacturers label with a unique serial number, 1.17 shall have no manufacturer distinguishing logos/markings visible on the external surface of the suit. 1.18 Workmanship. The finished suit shall: be uniform in quality and free from loose thread, foreign matter, and irregular defects that can adversely affect usage or durability; 1.18.1 be sealed with seam tape on all seams; 1.19 shall come with a closed cell neoprene hood (International orange w/SOLAS Retro Tape and Velcro Panel for attachment of strobe light/PLB); 1.20 shall allow for custom marking packages and silkscreen marking package; 1.20.2 shall offer the addition of pile tape to attach unit distinguishing patches, U.S. Flag and cloth badge/leather name tag; 1.20.2.1 shall incorporate a two inch by four inch piece of pile tape on the left and right chest for attachment of a cloth badge/leather name tag; 1.20.2.2 shall incorporate pile tape centered on the upper left sleeve to attach a 2 ? by 3 ? inch patch; 1.20.2.3 shall incorporate pile tape centered on the upper right sleeve to attach a patch not to exceed five inches in Diameter; 1.20.2.4 shall offer Permanent sew-on/embroidered patches; 1.21 shall come with an owner manual, and 1.22 all suits shall be FOB destination. Additionally, for the LIGHTWEIGHT DRY SUIT(s): 2.1 Lightweight Dry Suit shall be a one piece suit available in the following colors: 2.1.1 (CLIN 0001a) Vivid orange/black and shall incorporate 62 square inches of Solas-grade retro-reflective tape that will be visible from all directions while the wearer is floating upright with legs and torso submerged in chest deep water. 2.1.2 (CLIN 0001b) Olive Drab. 2.1.3 (CLIN 0001c) Blue Shade 3362. The suit shall also: 2.2 have a removable storm collar; 2.2.1 have a fleece backed fabric that closes around the wearer?s neck comfortably to protect from cold, wind, wind driven rain and sea spray; 2.2.2 have hook tape on storm collar, Pile tape on the suit; 2.3 have an optional feature that shall be available is a rear relief drop seat closure that will completely seal from intrusion of water and shall be of a design that allows the wearer to open and close the seal without assistance. Additionally for the INDUSTRIAL DRY SUIT(s): 3.1 The Industrial suit shall be of a modular design that includes an outer shell, immersion module and thermal liner. 3.1.2 The assembled suit shall qualify as a Class B suit as described in prEN ISO 15027-1:2000. 3.1.3 The suit shall come in (CLIN 0001d) Vivid Orange/Black and shall incorporate 62 square inches of Solas-grade retro-reflective tape that would be visible from all directions while the wearer is floating upright with legs and torso submerged in chest deep water. 3.1.4 The legs shall be constructed to blouse over 16-inch high boots and down to the ankle and incorporate hook and pile tape to close around the boot. 3.1.5 The suit shall incorporate an insulated hood. MAINTENANCE/REPAIR REQUIREMENT (CLIN 0002): The contractor shall provide prices for repair services for components typically damage by routine wear and tear. Dry Suit repairs are not anticipated to be required until ordering periods four and five of the contract. Only suits purchased under the contract will be eligible for repair and the end user will be fiscally responsible for shipping the suits needing repair to the contractor. The contractor shall be fiscally responsible for returning the suits to the location from which they were sent. The contractor should include documentation to show what repair(s) were provided. The Contractor shall ship the repaired dry suits not later than 30 days after receipt of the suit. MONTHLY REPORTS (CLIN 0003): The contractor shall provide to the Contracting Officer and Contracting Officer Technical Representative (COTR), a monthly report of all orders received for that month, no later than the 10th of each month. At a minimum, the report shall list the delivery order number, the ship to address, quantity, unit price, the total amount of the order, total number of suits shipped during that month, and a grand total of suits shipped to date. Additionally, if there are any suits for repair, what was repair, the date of the suit received and the date shipped or anticipated to be shipped that month shall be included in the report, along with the cost associated with the repair. SHIPPING CHARGES (CLIN 0004): The contractor shall provide a price for shipping charges for the return of a repaired suit back to the location from which it was sent. The means by which the offeror will be shipping the suit back should be identified in the proposal. SUPPLIES AND PRICES: The USCG anticipated ordering approximately 3,000 dry suits annually and the other DHS Organizational Elements (OE) anticipate ordering approximately 100 dry suits annually. The minimum for the contract and the initial order, is 150 suits, with the maximum of 15,500 dry suits (15,000 for the USCG and 500 for other DHS OEs) over the five year ordering period. The USCG anticipates maintenance/repair services for approximately 3,000 suits in ordering periods four and five of the contract, and the other DHS OEs anticipate maintenance/repair services for approximately 30 suits in ordering periods four and five of the contract, for a total of 6,060. Offerors shall provide unit prices for each CLIN in each of the ordering periods of the contract, based on the estimates provided herein for each year. The total contract price shall be calculated by multiplying each unit price by the estimated number of units ordered per year for each CLIN, then totaling all CLINs for each ordering period within the contract to derive the overall total price for the purposes of evaluating the Total Evaluated Price. The CLINs are delineated in the attached amendment. REQUIRED DELIVERY SCHEDULE: The Contractor shall deliver the dry suits not later than 30 days after receipt of the delivery order for all orders less than 50 suits. Orders for more than 50 suits, the first 50 suits shall be delivered within 30 days of the date of the order, with each 50 additional suits to be delivered within 30 days there after. The contractor may offer an earlier delivery schedule than the one required. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule when an offeror offers an earlier delivery schedule than required. The contractor may offer a delivery schedule for shipping dry suits for repair. The number of suits as well as the ship to address will be specified in each delivery order issued. AUTHORIZED INDIVIDUALS TO PLACE ORDERS: All Department of Homeland Security/United States Coast Guard, and other DHS Organizational Elements will be authorized to place orders directly with the contractor. The following FAR provisions and clauses apply to this solicitation: This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-11. (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov. (3) FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006). (4) FAR 212-2, Evaluation-Commercial Items (JAN 1999) (a) The Government will award the 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 quotes: (1) Technical: (a) The offeror shall submit a detailed description of their suits. (b) Describe how the product?s features, including design, construction, and material will meet the needs of the Coast Guard and other DHS Organizational elements. (c) The offeror shall provide their sizing system. (d) The offeror shall explain their plan to ensure product quality in the production, delivery of the suits and their warranty provisions. (2) Past Performance: Provide 3 recent past performance references of similar contracts currently in place, delivery orders, purchase orders, or a combination of all done within the past 3 years. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following information: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Item(s), (f) Contracting Officer Name and Telephone Number; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officer?s Technical Representative Name and Telephone Number; and (i) Administrative Contracting Officer?s Technical Representative (if different from (f), and e-mail address. Current, accurate, and complete information MUST be provided to contact each reference. (3) Price: Offerors proposed price should include a calculated subtotal for each year and a calculated total overall price. Pricing should also include any discounts offered for quantity orders or alternate payment arrangements (i.e. 3rd party purchases). The total evaluated price will be the sum of all CLINs for the entire potential ordering period of the IDIQ contract (five years). The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The Government will award the contract to the vendor who has the best overall value on the basis of its offer and its capability to perform the work. Technical and Past Performance are of equal importance, and when combined are of more importance than price. (End of Provision) Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUNE 2006), with their offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (SEP 2005), is incorporated by reference into the solicitation. The following terms and conditions are added as an addendum to this clause: 52.216-18 (insert: date of award through five years from date of award); 52.216-19 Order Limitation (insert: (a) Minimum order: 3,100 for dry suits and 3,030 for repairs, (b) Maximum order: 15,500 for dry suits and 6,060 for repairs, (b)(2) Any order for a combination: 15,500 for dry suits and 6,060 for repairs, (b)(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section; 52.216-22 (insert: the date specified in the order). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUNE 2006) applies to this acquisition to include: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disables veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1, Buy American Act-Supplies, 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.247-34, F.O.B. Destination, Homeland Security Acquisition Regulation (48 CFR Chapter 30) Clauses (HSAR) ? 3052.209-70, Prohibition on Contracts with Corporate Expatriates, 3052.242-72, Contracting Officer?s Technical Representative. The USCG reserves the right to make multiple awards. Proposals are due on or before 15 August 2006, by 2:00 PM EST. If your offer is being submitted by REGULAR mail, use the follow address: Commandant (G-ACS-2D/SQ), U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20024, Suite 1100, attention: Ms. Sandra Queen (Contract Specialist). Offerors are encouraged to submit your office electronically to squeen@comdt.uscg.mil if your offer is less than 30 pages. HOWEVER, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. If you have questions regarding this synopsis/solicitation, please contact Ms. Sandra A. Queen at (202) 475-3218 or via e-mail no later than 7 August 2006. NOTICE FOR FILING AGENCY PROTESTS NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. This agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (CG-851) 2100 Second Street, SW, Room 2606 Washington, DC 20593 Phone: (202) 267-2285 Fax: (202) 267-4011
 
Record
SN01098182-W 20060728/060726220520 (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.