SOLICITATION NOTICE
84 -- Body Armor - Attachment 1
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, USP Lewisburg, 2400 Robert Miller Jr Drive, PO Box 1000, Lewisburg, Pennsylvania, 17837
- ZIP Code
- 17837
- Solicitation Number
- RFQ20704-0011-9
- Archive Date
- 12/31/2009
- Point of Contact
- Douglas E. Shoch, Phone: (570) 522-7531, Douglas E. Shoch, Phone: (570) 522-7531
- E-Mail Address
-
dshoch@bop.gov, dshoch@bop.gov
(dshoch@bop.gov, dshoch@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Business Questionnaire GENERAL REQUIREMENTS: The Federal Bureau of Prisons, United States Penitentiary Lewisburg, located at 2400 Robert Miller Jr. Drive, Lewisburg, Pennsylvania, 17837 intends to make an award concerning the following items stated below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. R.Q.-20704-0011-9 is issued as a Request for Quote. This acquisition is a total small business set-aside. The NAIAS code for this requirement is 315999; the small business size standard is 500 employees. CONTRACT PRICING - The Government intends to make a single award to a quoter, pursuant to affirmative determination of responsibility, whose quote, is considered the best value to the government when considering technical acceptability (to include flexibility of body armor), price and past performance. It is noted that flexibility of body armor is an important factor. The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. The Government intends to make an award of a firm-fixed price contract on a all-or-none basis. The proposed price must include all associated charges, fees and delivery cost (F.O. Destination). DESCRIPTION OF ITEMS: The selected vendor shall furnish the following items. CLIN 001 - Flexible stab resistant tactical body armor / size XL (Quantity 20 each) CLIN 002 - Flexible stab resistant tactical body armor / size 2XL (Quantity 20 each) CLIN 003 - Flexible stab resistant tactical body armor / size 3XL (Quantity 20 each) SPECIFICATIONS: Flexible stab resistant tactical body armor to protect officers from spikes, edged weapons and blunt trauma during forced cell moves. The armor must have been tested and found to be compliant with protection level 3 for both spike and edged blade protection classes per National Institute of Justice (N.J.) standard 0115.00 September, 2000. Armor not certified per these (N.J.) requirements will not be considered. Copies of the manufacture's compliance letter must be submitted with quote. While the standard allows for backside penetration of 7- and 20mm at energy levels 1 and 2 respectively, preference will be given to models which pass compliance testing with 0mm of penetration on all tests. Armor panels must be flexible, allowing simultaneous multi-axis flexing. Armor panels with rigid panels will not be considered. Armor panels shall have a thickness of 0.4" or less. Armor panels must be removable from carrier. Armor panels must be permanently sealed in a water and moisture vapor resistant slip cover. Slip cover must have a Moisture Vapor Transmission Rate of <0.15 micrograms per square mm per minute when tested according to ASTM F 1249. Carrier must be front-opening allowing armor to be pulled on quickly and zipped up like jacket. Main body of carrier must provide stab resistant coverage for the upper torso including front, back and side from the duty belt to the collar. Collar must provide stab resistance for the neck, but not interact with helmet while standing upright. Carriers must provide attachments points for detachable panels to provide extended coverage to include throat, upper arm/shoulder and groin. Price quotes should include all panels for extended coverage. Armor panels must overlap by least two inches on each side and carrier must provide for girth adjustment to accommodate different body types. Carrier shall have two permanently attached pockets that are large enough to accommodate leg irons. Upper portions of front chest/shoulder area shall be covered with skid resistant material. Carrier must be machine washable. Vests shall be black in color. DELIVERY: In accordance with FAR 46.503 and 46.403(a)(1), the place of acceptance for supplies under this contract is at the destination of the United States Penitentiary, located at 2400 Robert Miller Jr. Drive, Lewisburg, Pennsylvania, 17837. ****All materials must be received at USP Louisbourg within 90 days after receipt of award. Award is anticipated around September 23, 2009. **** CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The following Clauses and Provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (AUG 2009). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of clauses may be accessed electronically at www.acqnet.gov/far. ; 52.212-4, Contract Terms and Conditions--Commercial Items (MAR 2009) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2009) incorporated by full text; The following clauses are incorporated by reference, 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); ; 52.225-1 Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.253-1 Computer Generator Forms (JAN 1991) / The following clauses are incorporated in full text 52.219-28 Post Award Small Business Program Representations (APR 2009); Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (May 2008) AGD 08-004 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. The full text of a FAR clause may be accessed electronically at www.acqnet.gov/far. ; 52.212-1, Instructions to Offerors Commercial Items (June 2008); 52.214-31 Facsimile Bids (DEC 1998), 570-522-7744, Canon Laser Class 510; Provisions in Full Text, 52.212-3, Offeror Representations and Certifications--Commercial Items (AUG 2009). Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) The Request for Quote Number (R.Q.-20704-0011-9); 2) Schedule of Items with Pricing; 3) Contractor DUNS Number and Taxpayer Identification Number; 4) A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. 5) Business Management Questionnaire Attachment l. In addition any compliance and certifications requested in specifications must be submitted with quote. If requested vendors must provide material samples and a drawing/diagram of body armor within 3 days. Offers are due no later than Friday, September 11, 2009 at 4:00 pm, local time. Offers received after this date may not be considered for award. The postal mailing address is: United States Penitentiary, Attn: Douglas Shoch, Contract Specialist, PO Box 1000, Lewisburg, PA 17837. Express mail to 2400 Robert Miller Jr. Drive, Lewisburg, PA. 17837. Offers may also be faxed to (570) 522-7744 or e-mailed to dshoch@bop.gov. The anticipated date of award is on or about September 23, 2009. This solicitation is distributed solely through the General Services Administration. Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20704/RFQ20704-0011-9/listing.html)
- Place of Performance
- Address: USP Lewisburg, 2400 Robert Miller Jr. DR., Lewisburg, Pennsylvania, 17837, United States
- Zip Code: 17837
- Zip Code: 17837
- Record
- SN01936258-W 20090903/090902005845-d2cdc6a0e6461028ff325555eb43b07c (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 |