Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
SOLICITATION NOTICE

84 -- MIT Course Equipment

Notice Date
2/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY15RR0047
 
Response Due
3/4/2015
 
Archive Date
8/31/2015
 
Point of Contact
Name: Ronald Rokosz, Title: Logistics Coordinator, Phone: 5712269623, Fax:
 
E-Mail Address
rokoszrj@state.gov;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is FY15RR0047 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 315280 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-03-04 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Duty Belt: Designed and constructed of a double layer of tough 2" nylon web with a polymer stiffener / non-reflective with heavy duty, precision stitching / Both edges of nylon web belts are bound with smooth nylon / PRO-3 Triple Retention Buckle / Adjustable size to fit SM to XL (Must Provide Manufacturer and Model #), 30, EA; LI 002: Expandable Baton: 21 inch extended / 7.75 inch closed / Electroless Nickel coated / made of heat treated 4140 high carbon steel / Foam Vinyl Grip / corrosion resistant (Must Provide Manufacturer and Model #), 30, EA; LI 003: Expandable Baton Pouch: Compact / Inconspicious / swivels to 12 postions / secure retention and rapid presentation of retracted or extended baton / belt tension adjustment / must fit baton / must fit duty belt / Plain black finish (Must Provide Manufacturer and Model #), 30, EA; LI 004: Handcuffs: Unitized frame. Forged from high strength stainless steel. The handcuff should be over molded with ordinance grade polymer. The lock assembly is unitized and replaceable. Handcuffs must include a dual keyway accessible from both sides and a yellow indicator to alert you to double lock. (Must Provide Manufacturer and Model #), 30, EA; LI 005: Handcuff Pouch: Tactical nylon Handcuff Case with Velcro closure. Must hold Chain or hinged handcuffs. Must fit on standard 2 1/4" duty belt. (Must Provide Manufacturer and Model #), 30, EA; LI 006: Handcuff Key: Round Swivel head handcuff key in black heated treated stainless steel. 3 3/4" long. Key ring included. Compatible with most handcuffs. (Must Provide Manufacturer and Model #), 30, EA; LI 007: Flex Cuffs: Single loop, molded nylon restraints. 22" long, 1/2" wide, 600 lbs. Tensile strength, 300 lbs. Loop strength. Meet Mil-spec #23190 testing standards. White. (Must Provide Manufacturer and Model #), 500, EA; LI 008: Restraint Cutter: Plastic / design uses compound leverage and piercing blade to promote safe removal of disposable restraints. Recessed blade cannot injure subject. Can be clipped to Key Ring or carried in vest or BDU. (Must Provide Manufacturer and Model #), 30, EA; LI 009: Surgical Gloves: Nitrile / Blue / Large / Box of 100 (Must Provide Manufacturer and Model #), 8, BX; LI 010: Surgical Gloves Pouch: Flat glove case holds two pair surgical gloves in separate pockets / Slim and compact on the duty belt / Velcro closure / Ballistic weave exterior with nylon pack cloth lining / Must fit on duty belt / Black (Must Provide Manufacturer and Model #), 30, EA; LI 011: Disposable Particulate Mask: Provide comfortable reliable worker protection / suited for work settings that involve heat, humidity, or long periods of wear / NIOSH certified to have at least 95% filter efficiency at removing solid and water-based aerosol particles (excluding those containing oil) / "M" nose clip / "Cool Flow" exhalation valve / Sold as a box of 10 (Must Provide Manufacturer and Model #), 12, BX; LI 012: Flashlight: Intrinsically Safe / Waterproof / 3 state-of-the-art LED bulbs that are shock resistant and have a 100,000 hour life / continuous runtime of up to 120 hours on 3 N size alkaline batteries / push button rear switch allows one handed operation / non-conductive, corrosion proof polymer housing is virtually unbreakable / approved for Class 1 Division 1 use in hazardous atmospheres / 5.25" Long.82" Diameter / 3 ounces with batteries / O-ring sealed / Yellow (Must Provide Manufacturer and Model #), 30, EA; LI 013: Flashlight Pouch: Black nylon, velcro, closure, belt loop, and must be the properly fitted size for the Flashlight. (Must Provide Manufacturer and Model #), 30, EA; LI 014: Key Ring: Pull apart / Made of tough nickel plated brass with two 7/8" nickel plated tempered steel split key rings / Overall length: 3" (Must Provide Manufacturer and Model #), 30, EA; LI 015: Precision Borescope Kit: Seeker 400 Video Borescope System model # DCS 400 or an equivalent, that incorporates wireless technology that allows you to detach the 3.5 in. TFT-LCD Wireless Color Monitor for remote viewing up to 32 ft. (10m) away. The 3.28 ft. (1m) flexible waterproof (IP67) obedient probe retains configured shape, and the 17mm dia. Camera-tipped probe has built-in adjustable LED lighting. Ideal for use in the visual inspection of otherwise inaccessible areas. Must include the following: (1) Wireless Borescope, (1) Flexible probe, (1) Memory card, (2) Cables, (1) Stand, (1) Adapter, (2) Batteries, (3) Extension Tools, (1) Case (Must Provide Manufacturer and Model #), 4, KIT; LI 016: Metric Tape Measure: 26 foot (7,924.80 mm) / lever lock (Must Provide Manufacturer and Model #), 8, EA; LI 017: Tactical Mirror: ASP TACTICAL MIRROR, # 19067, Tactical Mirror and Case designed to fit into a shirt pocket or tactical vest. Patented 3" diameter convex mirror attaches to ASP Baton. For room clearance, drug search, and explosive detection activities. Includes nylon case. (Must Provide Manufacturer and Model #), 30, EA; LI 018: Drill Bit: 1/2-inch / Black Oxide / point geometry for fast drilling / Designed for heavy duty, multi-purpose applications / Split point drills on contact and helps eliminate walking / Ideal for cordless drills / Black Oxide finish resists rust / 3/8-inch reduced shank (Must Provide Manufacturer and Model #), 12, KIT; LI 019: Cordless Drill: 19.2 Volt / Powerful hammer drill/driver with a heavy-duty planetary gear box that offers dual speed ranges / Trigger-controlled variable speed/reversible / 24-position adjustable torque clutch / Comfort grip / hammer action / electric brake / 1 hour charge cycle / 1/2 inch keyless chuck / 2 bubble levels / Electric brake / Bit storage / Kit Includes: 2 battery packs, charger, case, auxiliary handle, depth stop rod and manual (Must Provide Manufacturer and Model #), 4, EA; LI 020: Pelican Case: Model/Category # 1600 / Black, MUST have Foam lining (Must Provide Manufacturer and Model #), 4, EA; LI 021: Pelican Case Lid Organizer: Model/Category # 1609 (Must Provide Manufacturer and Model #), 4, EA; LI 022: Trauma Bag: MobileAid First Responder EMS Medical Aid Kit (31425) Comprehensive 260-piece emergency medical trauma response EMS backpack kit that includes 6 Quick-Access first aid supply modules in clear-view ballistic nylon pouches and a flexible stretcher. OSHA & ANSI compliant. High-capacity trauma First Aid 4-way-carry backpack: backpack, shoulder strap, hand straps, ride on MobileAid rolling stations. Flexible organization of first aid supplies and equipment. Made of super-rugged ballistic nylon. Hi-visibility markings and 24 pre-printed and customizable ID placards. info@Mobile-Aid.com (Must Provide Manufacturer and Model #), 1, KIT; LI 023: Voltage Transformer: Can be used in 110 volt countries and 220 volt countries / It will convert from 220-240 volt to 110-120 volt, AND from 110-120 volt to 220-240 volt. On and Off switch / fuse protected / 2 spare fuses included / CE approved / 1000W / 7.2 x 8.2 x 6.0 inch (WxLxH) / 20.68 Lbs. (Must Provide Manufacturer and Model #), 4, EA; LI 024: Padded Student Suit: Red Man XP Student Suit - The fit and comfort of the student suit allows students to get the maximum trauma protection to the vital areas of the head and chest. The elbows and knees are flexible, for ease of movement. Students can also share equipment because it's easy to put on and take off in a matter of minutes using Velcro strapping. It can be cleaned, spray disenfected, and dried for the next person in minutes, and the closed cell foam creates a barrier that provides safety from blunt trauma and from bloodbourne (HIV/AIDS, Hepatitus) and other pathogens. (Must Provide Manufacturer and Model #) Body:Head S/M:M 6 S/M:L 6 L/XL:L 6 L/XL:XL 6, 24, SET; LI 025: Motorola Talkabout MS350R FRS/GMRS 22-channel Two-way radio pack of 2: Motorola?s Talkabout? MS350R weather radio, high performance, ultra durable waterproof radio that floats. With a range of up to 35 miles, MS350R includes: ? 2 radios? 2 belt clips? 1 dual drop-in charger? 1 charging adaptor? 2 NiMH rechargeable battery packs? 1 Emergency Preparedness checklist sheet? 1 User?s Guide? 1 Accessories brochure? Available in yellow (No substitutions) (Must Provide Manufacturer and Model #), 15, PK; LI 026: ASP Red Training Knife: ASP Red Training Knife (Must Provide Manufacturer and Model #), 6, EA; LI 027: ASP AK-47 Red Gun: Asp AK-47 Red Gun (Must Provide Manufacturer and Model #), 12, EA; LI 028: ASP Glock 9mm/40 Red Gun: #07311 ASP Red Training Gun Glock 9mm/40 CP (Must Provide Manufacturer and Model #), 12, EA; LI 029: ASP Browning Hi Power Red Gun: ASP Browning Hi Power Red Gun (Must Provide Manufacturer and Model #), 12, EA; LI 030: 550 Paracord: 7 Strand 550 lb. Cord, Multi-purpose, any color, Quick drying, survival cord, Type III comercial, strong and durable, 300' strand (Must Provide Manufacturer and Model #), 2, EA; LI 031: Training Baton: DYNO-FLEX Practice Baton, 31", long slender foam practice baton, in red or black,manufactured by Dummies Unlimited INC. Pommona, CA. 91767 (No Substitutions) (Must Provide Manufacturer and Model #), 16, EA; LI 032: Striking Shield: REDMAN STRIKING SHIELD, SKU#BS300P, Shield covers training partner to keep them safe from heavy blows / Absorbs impact / Adjustable strap / 30"H x 19 1/2" W x 5 1/2"D (Must Provide Manufacturer and Model #), 12, EA; LI 033: Folding Mat: REDMAN Extra thick folding mat, SKU#MATR4SV, Attaches together with velcro, 4' x 8' x 1.5" mat is made from cross link foam and doesn't break down with wear, Velcro on four sides (Must Provide Manufacturer and Model #), 20, EA; LI 034: Duct Tape: Indoor/Outdoor performance grade rolls, 60 yds. One RED and one TAN in color, 2, SET; LI 035: Spray Disenfectant: Red Man Spray Disenfectant to clean Red Man Suits #SKU-RMD Bottled, 16 oz. (Must Provide Manufacturer and Model #), 2, EA; LI 036: Holster: BLACKHAWK, Omega VI Elite Dropleg Holster, Fully adjustable drop-leg thigh holster with quick-release belt mount, elastic, rubberized leg straps for stability and comfort, three-point breakaway (three side-release buckles; top and two leg straps), adjustable thumb break with extra hook & loop retention, front-mounted pouch for extra magazine, knife, or light, additional removable retention strap for extreme ops. (NO SUBSTITUTIONS) GLOCK 17/19/22/23/27/31/32 & SIG 226/228 40QD02__OD, CT, BK- R 02 (Must Provide Manufacturer and Model #) (26RH and 4LH), 30, EA; LI 037: Mini UV Lamp: UVL-4, 365nm, #95-0125-05, 5, EA; LI 038: Zip-Lock Bags: Plastic, I quart size, box of 50, 1, BX; LI 039: Non-Permanent Markers: Marking Pens, blue or green, set, 4, PK; LI 040: Evidence Tags: Paper tags, with string attached, to ID evidence, 50, EA; LI 041: Batteries: AA, pack of 24, 2, PK; LI 042: Digital Camera: Digital camera w/case with the ability to shoot short videos, 4GB SD card included, 4, EA; LI 043: Chemlights: Red, 8 Hour, 100, EA; LI 044: Chemlights: Green, 8 Hour, 100, EA; LI 045: Boundary Tape: Roll of Yellow plastic "crime scene" tape, 2, RL; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. 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: Technical Compliance with Solicitation ________________________________________________ Delivery and Warranty Information ________________________________________________ Past Performance ________________________________________________ Price _______________ Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY15RR0047/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03651698-W 20150227/150225234808-ee7e2e5a580d6ea929bd2470b0407b11 (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.