Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2010 FBO #3220
SOLICITATION NOTICE

84 -- Civil Engineer Tactical Vest

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA70211A001A
 
Archive Date
10/6/2010
 
Point of Contact
Dennis A. M. Landry, Phone: 850-283-0061, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. The solicitation reference number is F4ATA70211A001A is issued as a Request For Quote (RFQ). This solicitation is unrestricted and all responsible offers will be accepted. the North American Industry Classification System (NAICS) code is 423910. The business size standard is 500 employees. IAW FAR 52.211-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price 3. Delivery Terms Technical evaluation factors when combined will be significantly more important than price and delivery terms. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Quote will be considered incomplete if not accompanied with specifcation and capability literature. This RFQ consists of the following Contract Line Identification Number (CLIN). CLIN 0001 - Quantity 110 EA - CUTAWAY VEST, Blackhawk US Air Force Vest 991329AF or equal. VEST MUST HAVE THE FOLLOWING SPECIFICATIONS: - Accommodate left hand or hand handed shooters - One size fits all - Hybrid molle style tactical over vest - Permanent individual first aid kit located under left arm region - Permanent canteen pouch under right arm region - Molle coverage on remainder of vest to accommodate numerous molle pouches and gear - Three rows of no slip molle ruberized webbing located on riffle butt stock shoulder region (not permanent recoil cushion) - Six towable web belt straps tuckable under vest - Exfileration device to allow immediate removal of vest in case of extraction from vehicle, aircraft, or crowd grabbing left/right of user - Release mechanism must be ambidextrous - Material must be 1000 Durable Curdura Nylon, Heavy Duty Polyester mesh - Releasable for emergency doffing in 2 seconds and reassembled in less than 60 seconds - Color of vest and pouches must be USAF ABU pattern or foliage green - Two side release buckles and a zipper front closure - Pocket in back to accommodate 100 oz water bladder - Extraction handle located on collar bone region of vest to provide emergency exfiltration with capability to support 400 lbs or more strength - Double stitched, trim stitched and heady duty double tapping on entire vest and webbing - Limited lifetime warranty of 10 years - Nine rows of molle webbing on front of vest - Eight rows of molle webbing on back of vest - Adjustible girth of two feet - Two internal zipper mesh pockets Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.211-6 - Brand Name or Equal FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms & Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation 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 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Copensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.211-7003 - Item Identification and Valuation 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.247-7022 - Rerepresentation of Extend of Transportation by Sea 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA70211A001A/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02285394-W 20100918/100917000323-9ea1b0880e3b5ef2e26eef7e9adb0b36 (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.