Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

84 -- Ballistic Vest-Brand Name or Equal - Complete RFQ Word format - FBI Protocol - Brand Name Justification - NIJ Standards

Notice Date
3/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
PFPAPPD4710023BASIC
 
Archive Date
4/24/2010
 
Point of Contact
Valerie Green, Phone: 7036968824
 
E-Mail Address
valerie.green@whs.mil
(valerie.green@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NIJ Standards Brand Name Justification for Ballistice Vest FBI Protocol Complete RFQ Word format 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is PFPAPPD4710023BASIC; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 33999. The business size standard is 500 employees. The Federal Supply Class (FSC) is 3999. The Standard Industrial Classification (SIC) is 8415. The Washington Headquarters Service, Acquisition and Procurement Office (WHS/A&PO) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase the Generation II Predator Ballistic Vest V-PRED2-QVA3A armor vest and attachments to replace deteriorated and out of warranty ballistic vests that do not provide sufficient protection and have incompatible accessory mounting systems on a brand name or equal basis. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLINDescriptionPart NumberMAXColor CLIN 0001Pred 2 Ballistic Vest w/QVA3A BallisticsVPRED2QVA3A41RG CLIN 0002ESAPI Shooters Cut Front/Back 10"x12"DBTESAPI101282RG CLIN 0003Ballistic Tactical Bicep Protection (Set) ATBPLTA3A41RG CLIN 0004Plate Insert-Bicep Prot./Side Steel, 5mm(set)55000341NA CLIN 0005Predator Ballistic Groin Protector w/LTA3AAPDGRNLTA3A41RG CLIN 0006Double FlashbangBLPM20-241RG CLIN 0007Utility Pouch Zipper Conversion Kit BLPL41-SP41RG CLIN 0008Flashlight Pouch SF-Z2/6P/G2BLPM07-241RG CLIN 0009Single Pistol Mag Pouch 9mm BLPM0841RG CLIN 0010GP Pouch, SmallBLPM4041RG CLIN 0011NVG/Utility Pouch (Molle) BLPM4841RG CLIN 0012M4/M16 Open Top Shorty Mag Pouch BLPL04-SP69RG CLIN 0013Tiered Open M4 Mag PouchBLPM03-169RG CLIN 0014SR25 Single Mag Open Pouch BLPM04-125RG CLIN 0015SR25 Open Top Mag Pouch BLPL04-1-SP13RG CLIN 0016Insignia, LargeID-F41RG/G CLIN 0017Insignia, MediumID-R41RG/G CLIN 0018Five year Extended Warranty CLIN 0019Measurement (Included) CLIN 0020Shipping (Included) Features: The Generation II Predator Ballistic Vests ( V-PRED2-QVA3A) is the performance baseline comparison. The performance of the Generation II Predator Ballistic Vests enables PFPA to maintain a response force capable of providing security commensurate with the designated Force Protection conditions. ***All vendors must pass or exceed the National Institute of Justice (NIJ standard 0101.06 Attachment-A)) Level IIIA Testing protocol and FBI Body Armor Test Protocol Level IIIA Testing protocol (Attachment-B).*** Additional Information: (1) The Government desires delivery of all parts 30 days ARO, but no later than 45 days ARO, and anticipates awarding a purchase order for these items on or about mid April, 2010. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) The contractor shall provide a Notice of Compliance letter from National Institute of Justice as supporting documentation the vest meets NIJ standard 0101.06 Threat Level IIIA. (3) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to valerie.green@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 9:00 AM Eastern Standard Time on April 09, 2010. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. Delivery Address: Attn: Scott Faucett PFPA-PPD Special Operations Support 9000 Defense Pentagon Washington, DC 20301-9000 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to valerie.green@whs.mil NO LATER THAN April 9, 2010, 9:00 AM, EST. Point of contact is Valerie Green, telephone 703-588-8191 and Dennis Jackson, telephone 703-588-8192.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/PFPAPPD4710023BASIC/listing.html)
 
Place of Performance
Address: PFPA-PPD Special Operations Support, 9000 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02105710-W 20100331/100329235258-6665c1fbed3d208483047550a37de589 (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.