SOLICITATION NOTICE
84 -- Tactical Gear
- Notice Date
- 9/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Fort Leonard Wood DOC, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S710T0327
- Response Due
- 9/28/2010
- Archive Date
- 11/27/2010
- Point of Contact
- Teresea Crowe, 573-596-0762
- E-Mail Address
-
Fort Leonard Wood DOC
(teresea.crowe@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 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 for the required items and no written solicitation will be issued. Solicitation number W911S7-10-T-0327 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 dated 02 August 2010. This is procurement is a small business set aside under NAICS 423990 with a size standard of 100 employees. Ft. Leonard Wood MO requires the following items: CLIN 0001- 200 each REVERSE IR FLAG. Desert Tan, Infrared Patches aid in the nighttime battlefield identification. MFR NO. US CAV, 27491. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0002- 100 each ESS RECON SUNGLASSES. Protection from flying objects, filtration of harmful rays, and a smooth look. Durable Medium Fit Nylon Fram, 2.2 mm polycarbonate lens, ANSI Z87.1-3003+ compliant, distortion free vision, anit-scratch lens, smoke gray shatter resistant lens, case and microfiber cloth. MFR NO., US CAV, 27063. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0003- 80 each LEATHERMAN. Leatherman Super Tool 300. Strong pliers, sloped top handle design, 19 tools, stainless steel handles and body, locking blades and tools, nylon sheath, 25 year warranty. MFR NO. US CAV, 35218 FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0004- 80 each RIFLE SLING. Coyte Brown, attaches directly to load bearing harness systems and allows user to keep the weapon in a near ready position while performing 2 handed tasks. Tubular webbing design, quick connect feature, single, rear mounting point, 19 in. extended, 9 in. retracted. MFR NO. US CAV, 26675. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0005- 100 each - GLASSES INTERCHANGABLE LENS. Wiley X Ergonomic Romer II Advanced Interchangeable 3 lens. Ergonomic Structure. Triloid Nylon with Optical, Ground and Polished, Ballastic Polycarbonate, include smoke, rust and clear lenses. MFR NO. US CAV, 22378. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0006- 100 each 3 DAY ASSAULT PACK. Multicam 3 Day Assault Pack. Large capacity and separate pocket to fit up to two 3L hydration bladders. Contour shoulder straps. Two double zipper pulls. Back pad. Sternum Strap and waist belt. 600 denier nylon construction. 7 compartments. Grommets on all compartments. 22 in x 17 in x 11 in. MFR NO. US CAV 30650. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0007- 200 each ISAF PATCH. ISAF Patch. Velcro backing. Both English and Arabic. Multicam pattern with foilage edge. Black print. MFR NO. US CAV, 35987. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. CLIN 0008- 80 each - HELMET LIGHT. Mounts on current Kevlar helmet. Smart switch technology. Quick extinguish feature. IR and lockout modes. Mounts to helmet with standard screwdriver. 18 degree rotation. Must not protrude below rim of helmet. Molle campatible. Temps -40F to 140F. White, blue LED, IR, and IR strobe modes. Color Tan. MFR NO. US CAV, 34524. FOB: Destination. Delivery Location: 4th Maneuver Enhancement Brigade, 92MP W01 Adam Wright, 92D Military Police BN HHD, 2314 Railroad St., Fort Leonard Wood, MO 65473-5000. This acquisition is a Brand Name or Equal in accordance with FAR 52.211-6. US CALVARY. part numbers are offered as an example only. Example items may be viewed at websites at www.uscalvary.com. Vendors must quote the brand name or the equivalent of the brand name to be considered for award. To be considered for award offerors of equal products must meet all of the salient characteristics listed above. Vendors must clearly identify the offered item by brand name, make or model number, provide descriptive literature such as illustrations; specification sheets that clearly demonstrate that the offered item meets the salient characteristics listed above. Vendors must clearly describe any and all modifications to the offered item that will make it conform to the salient characteristics listed above. The contracting Officer will evaluate equal products on the basis of the information provided by offerors. Unless the offeror clearly indicates in its quote that the item being offered is an equal product the offeror shall provide the brand name item specified in this solicitation. The following FAR provision is incorporated into this RFQ: 52.211-6 Brand Name or Equal. The basis for award will be price, technical acceptable, and delivery of items solicited. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are incorporated by reference: FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, shall be include with offer. 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I. 52.203-13, Contractor Code of Business Ethics and Conduct. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns. 52.219-28, Post Award Small Business Program Rerepresentation. 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. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-54, Employment Eligibility Verification. 52.225-1, Buy American ActSupplies. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.219-1, Small Business Program Representations. 52.242-15,Stop-Work Order. 52.246-2,Inspection Of Supplies--Fixed Price. 52.247-34,F.O.B. Destination. 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) - applies to this acquisition and the following clauses: 52.203-3, Gratuities. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023, Transportation of Supplies by Sea. 252.243-7001, Pricing of Contract Modifications. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.243-7001 Pricing Of Contract Modifications. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 09:00 am. Central Daylight Time on 28 September 2010. Quotes shall be submitted via e-mail to teresea.crowe@us.army.mil or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: Teresea Crowe; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-10-T-0327 in the subject line. The point of contact for this solicitation is Teresea Crowe, Contract Specialist; phone (573) 596-0762 (collect call will not be accepted).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/50b41a7a52b666705a4a3934c6a5612e)
- Place of Performance
- Address: Fort Leonard Wood DOC Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02295883-W 20100926/100924234957-50b41a7a52b666705a4a3934c6a5612e (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 |