Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2007 FBO #2129
SOLICITATION NOTICE

84 -- Combined synopsis/solicitation for commercial items

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-AC52-07NA28378
 
Response Due
9/24/2007
 
Archive Date
3/24/2008
 
Point of Contact
LOUISE K STEVENSON, Contracting Officer, 505-845-4773, lstevenson@doeal.gov;Janet Anaya, Contract Specialist, 505-845-6974, janaya@doeal.gov
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 315299, with a size standard of 500 employees. Solicitation/Purchase Request number 52-2007NA28378.000 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 30 June 2007. The Government intends to award ten contract line item numbers (CLINs) for MSA Paraclete Modular Vest Carrier Model (MVL024) or equal and MSA Paraclete Level IIIa Ballistic Inserts (DSTS3A-PAE) or equal as follows: CLIN 0001) Fifty-one (51) ea Tactical Vest Carriers; CLIN 0002) Thirty-one (31) ea Soft Armor Sets for Carriers CLIN 0003) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Tactical Vest Carriers (during option period Sep. 28, 2008 ??? Sep. 27, 2009); CLIN 0004) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Soft Armor Sets for Carriers (during option period Sep. 28, 2008 ??? Sep. 27, 2009); CLIN 0005) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Tactical Vest Carriers (during option period Sep 28, 2009 ??? Sep. 27, 2010); CLIN 0006) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Soft Armor Sets for Carriers (during option period Sep 28, 2009 ??? Sep. 27, 2010); CLIN 0007) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Tactical Vest Carriers (during option period Sep. 28, 2010 ??? Sep. 27, 2011); CLIN 0008) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Soft Armor Sets for Carriers (during option period Sep 28, 2010 ??? Sep. 27, 2011); CLIN 0009) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Tactical Vest Carriers (during option period Sep. 28, 2011 ??? Sep. 27, 2012); CLIN 0010) Option - Minimum fifteen (15) ea to a maximum of one hundred (100) ea Soft Armor Sets for Carriers (during option period Sep 28, 2011 ??? Sep. 27, 2012); These CLINs are Brand Name or Equal CLINs and all products must be manufactured exactly to the specification in terms of fit, finish, size, shape, weight, performance, and durability. In addition to meeting these specifications as above, all offerors must certify in their proposal that the items proposed meet the following minimum specifications: Brand Name or Equal: MSA Paraclete Modular Vest Carrier Model ??? MVL024 Salient Characteristics of Vest Carrier: 1. Vest Carrier should have pockets to accommodate soft body inserts as well as pockets to accommodate hard armor plates: a. Sides pockets should accommodate : 6??? x 6??? armor plates b. Front and back pockets must accommodate all size standard hard armor plates 2. Vest materials should meet Military Specifications for Vest Carrier systems a. Outer shell constructed of 1000 Denier Cordura Nylon b. Inner lining constructed of 440 Denier Nylon c. Construction sewn with all Nylon thread, sizes E, F & FF, 6 to 7 stitches per inch 3. Vest should incorporate the webbed modular (MOLLE) style grid system integrated into the outer shell of the vest. a. MOLLE webbing and edge tape will include ???exact matching??? for ACU patterns 4. Cummerbund will be: a. Four point adjustable and b. Incorporate a heavy duty zipper to hold cummerbund together 5. Removable ballistic components will include: a. Collar, yoke, groin pad, shoulder and bicep protectors 6. Vest will incorporate a heavy duty drag strap will be sewn the full length of the vest with a 2,000+lbs strength 7. Sizes should, at minimum be available in sizes ranging from X-Small to XL 8. Vest should be available in ???smoke green??? Brand Name or Equal: MSA Paraclete Level IIIa Ballistic Inserts ??? DSTS3A-PAE Salient Characteristics of Ballistic Inserts: 1. Certified to the National Institute of Justice (NIJ) ballistic standard 0101.04 and 2005 interim requirements as threat level IIIa. 2. Ballistic package tested against the DHS and DEA special threat protocols. a. Exceeds minimum v50 requirements for DHS and DEA special threat test protocols 3. Ballistic material certified to the military CO/PD 00-02G fragmentation standard for 2, 16 and 64 grain Right Circular Cylindrical Simulator (RCC???s) and 9mm, 124 grain, Full Metal Jacket (FMJ). a. Exceeds minimum v50 requirement for the Interceptor/OTV fragmentation standard b. Average back face signature for 9mm 26.6 millimeters and .44 mag 38.3 millimeters 4. Thinness 0.25 inches 5. Workmanship warranty for 5 years on ballistic components Technical literature, warranty details, and delivery schedule must be submitted for all products offered for the Government to perform a technical evaluation. No further request will be made to obtain required information and failure to submit may result in your offer being eliminated from award consideration. Award will be made relative to best overall value. Best value will be determined in accordance with FAR Clause 52.212-2, below. Offers must meet all minimum specifications, but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation???Commercial Items; (Jan 1999) (a) 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: (in relative order of importance) (i) technical capability of the item offered to meet the Government requirement; (ii) delivery schedule; (iii) price; (iv) warranty; and (v) past performance. All other evaluation factors, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer???s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.211-6, Brand Name or Equal; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. A completed copy of this clause must accompany your solicitation response unless a current copy resides online at https://orca.bpn.gov/. 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 [in paragraphs (b) and (c) the following clauses apply: 52.203-6; 52.203-6 Alt I; 52.219-6; 52.219-6 Alt II; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-13; 52.232-33; 52.247-64] FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item [Fill In: the term of the contract]; FAR 52.217-9 Option to Extend the Term of the Contract [Fill Ins: the term of the contract; 30 days before contract expiration; 5 years]; FAR 52.219-1, Small Business Program Representations FAR 52.219-1, Alt I FAR 52.242-13, Bankruptcy FAR 52.252-1 Solicitation Provisions Incorporated by Reference [Fill In: http://farsite.hill.af.mil/]; FAR 52.252-2 Clauses Incorporated by Reference [Fill In: http://farsite.hill.af.mil/]; LOCAL I001 Important Invoicing Information (JUL 2007) - Invoicing Instructions - 1. The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. a. Vendors shall submit vouchers electronically through the Oak Ridge Financial Service Center's (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendors to check the payment status of any voucher submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at <http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how to enroll and use the system are provided on the web page. b. Each invoice shall include the following: I. Name and address of the Contractor; II. Invoice date and number; III. Contract number, contract line item number and, if applicable, the order number; IV. Description, quantity, unit of measure, unit price and extended price of the items delivered; V. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; VI. Terms of any discount from prompt payment offered; VII. Name and address of official to whom payment is to be sent; VIII. Name, title, and phone number of person to notify in event of defective invoice; IX. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. X. Electronic funds transfer (EFT) banking information. c. The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. d. If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. e. EFT banking information is not required if the Government waived the requirement to pay by EFT. 2. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315.; LOCAL L009 Offer Submission Via The Industry Interactive Procurement System (IIPS) (FEB 2005) - Submission of bids/quotes by means other than IIPS is not authorized. Offers must be received through the IIPS web site NO LATER THAN 3:00pm local time on September 24, 2007. See FAR 14.214-7 "Late Submissions, Modifications, and Withdrawals of Bids," for treatment of late bids/quotes. Each offer is to be submitted according to the instructions in the IIPS User's Guide, which is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. It is the responsibility of the Offeror, prior to the offer due date and time, to verify successful transmission in accordance with the Proposal Response (Submission) instructions in the IIPS User's Guide. The FOB Point, inspection location, and acceptance location shall be Destination. Offerors are advised that award for this solicitation shall be made in the aggregate (all or none). Ship to: US DOE / Office of Training & Logistics 4th Avenue, Building 1789 Barling, AR 72923 Funds are currently available for this contract. Quotes must be valid for a minimum of 30 calendar days after solicitation closing. Questions, technical literature, warranty information, and other documents which can not be submitted through IIPS may be addressed to the contracting specialist, Janet Anaya, via email at janaya@doeal.gov or phone at (505)845-6974. Please reference the solicitation number on all documents. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/CC9A563D61846A628525735B006C6712?OpenDocument)
 
Record
SN01417978-W 20070925/070923231901 (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.