Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
MODIFICATION

84 -- BASIC TACTICAL

Notice Date
9/1/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY15RR0078
 
Response Due
9/3/2015
 
Archive Date
3/1/2016
 
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
AMENDMENT NOTICE: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 FY15RR0078 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 448190 with a small business size standard of $20.50M.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 2015-09-03 14:00:00.0 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: Size MED, FAS-TC-CY with C3A Ballistics Threat Level IIIA Body Armor - Meets NIJ 06 Body Armor Standards - Point Blank Paraclete Federal Tactical Body Armor. Specially contoured carrier shape offers optimum protective coverage while maintaining maximum maneuverability. Exceptionally strong and durable 500 denier outer shell construction Integrated torso padding system placed within the internal spacer mesh lining improves airflow and breathability. Internal cummerbund helps stabilize the vest and provides a secure fit. External, top-loading, front hard armor plate pocket and internal bottom-loading back hard armor plate pocket Left and right shoulder webbing for radio handset. Easily accessible wire routing channels. Heavy duty, reinforced ?man down? strap MOLLE Compatible Webbing Attachment System. High visibility, removable identification in the front and back Ballistics FIIIA, Weight 1.14 lbs/sq. ft. Specs: External carrier fabric constructed of 100% nylon Cardura, Interior carrier lining constructed of Spacer Mesh fabric, Plate Pocket Sizes:- Front: 8? x 10? and 10? x 12?- Back: 8? x 10? and 10? x 12?, Optional Side: 6? x 8?, MOLLE compatible webbing coverage throughout the front, back, and side-wings for optional equipment attachment Reinforced ?Man-Down? strap Front hidden pouch Side Wings closure with VELCRO Brand Fasteners- Interlacing system at back center of side wing with bungee cord, secure with plastic cord locks - Two sleeves inside each side wing, one for KYDEX inserts and the other for ballistic insert - One pocket on each side wing, closed with VELCRO Brand Fasteners to hold removable pouch, capable of holding 6? x 8? plate for additional protection - Bottom grommets for drainage - Keeper webbing with snap portion of the side of the wing along the back flap to keep them in place interior cummerbund for load bearing stabilization Grommets at bottom of carrier for drainage Front flaps to secure side wings Back of the carrier extends to cover shoulders: - Dri-Lex aero-spacer mesh with moisture wicking properties - Shoulder cover has KYDEX ballistic insert capabilities - Webbing on interior of front shoulder to guide and keep in place shoulder cover Ambidextrous cable channel openings on the chest Carrier exterior color option: Coyote, 36, EA; LI 002: Size Large, FAS-TC-CY with C3A Ballistics Threat Level IIIA Body Armor - Meets NIJ 06 Body Armor Standards - Point Blank Paraclete Federal Tactical Body Armor. Specially contoured carrier shape offers optimum protective coverage while maintaining maximum maneuverability. Exceptionally strong and durable 500 denier outer shell construction Integrated torso padding system placed within the internal spacer mesh lining improves airflow and breathability. Internal cummerbund helps stabilize the vest and provides a secure fit. External, top-loading, front hard armor plate pocket and internal bottom-loading back hard armor plate pocket Left and right shoulder webbing for radio handset. Easily accessible wire routing channels. Heavy duty, reinforced ?man down? strap MOLLE Compatible Webbing Attachment System. High visibility, removable identification in the front and back Ballistics FIIIA, Weight 1.14 lbs/sq. ft. Specs: External carrier fabric constructed of 100% nylon Cardura, Interior carrier lining constructed of Spacer Mesh fabric, Plate Pocket Sizes:- Front: 8? x 10? and 10? x 12?- Back: 8? x 10? and 10? x 12?, Optional Side: 6? x 8?, MOLLE compatible webbing coverage throughout the front, back, and side-wings for optional equipment attachment Reinforced ?Man-Down? strap Front hidden pouch Side Wings closure with VELCRO Brand Fasteners- Interlacing system at back center of side wing with bungee cord, secure with plastic cord locks - Two sleeves inside each side wing, one for KYDEX inserts and the other for ballistic insert - One pocket on each side wing, closed with VELCRO Brand Fasteners to hold removable pouch, capable of holding 6? x 8? plate for additional protection - Bottom grommets for drainage - Keeper webbing with snap portion of the side of the wing along the back flap to keep them in place interior cummerbund for load bearing stabilization Grommets at bottom of carrier for drainage Front flaps to secure side wings Back of the carrier extends to cover shoulders: - Dri-Lex aero-spacer mesh with moisture wicking properties - Shoulder cover has KYDEX ballistic insert capabilities - Webbing on interior of front shoulder to guide and keep in place shoulder cover Ambidextrous cable channel openings on the chest Carrier exterior color option: Coyote, 60, EA; LI 003: Ballistic Steel Plates ? Must fit into front and rear panels of the ballistic vest (see item #1), United Shield International - Model ACER Level III 10"X12", 240, EA; LI 004: Blackhawk CZ Gear Bag - made of 1000 denier nylon with wrap around handles -ajustable shoulder straps with nylon slip shoulder pad, dimensions of 33.5x16x15., 96, EA; LI 005: Universal BDU Belt, Blackhawk #41UB01BK fits up to 52" designed and constructed of double layer of tough 2 inch nylon web with polymer - colorstiffener/non-reflective with heavy duty, precision stit - both edges are bound with smooth nylon/ pro-3 triple retention buckleching - Tan in color, 96, EA; LI 006: Duty Belt, Ballistic Nylon, Duty, Belt, Ballistic Nylon - Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt., 96, EA; LI 007: Kevlar Helmet, Threat Level IIIA protection Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. Internal shock-absorbing foam suspension system Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color., 96, EA; LI 008: Helmet Retention System, Adjustable helmet retention system to be inserted inside the Kevlar Helmat. This Team Wendy product allows instructors to fit any student's head with a helmet without providing various helmet sizes. This retention system is fully adjustable and will acoomodate all sizes for a perfect fit., 96, EA; LI 009: Holster, Tactical, Kydex Black Plastic Hoster - thigh mount rigging with adaptability for light mounted on Glock 17 handgun - must accommodate the Glock Model 17 handgun with light mounted flashlight. See Surefire Model X300 (below) for light attachment. This holster must accomodate the Surefire Model light as described below. Safari Land Model 6004-836-121 tactical drop leg holster (Right Handed) Model 6004-836-122 (Left Handed). Purchase 28 right handed and 4 left handed holsters., 96, EA; LI 010: Tactical Vest, Omega Elite, Omega Elite- Tan, 120, EA; LI 011: Single Point Sling Adapter, Blackhawk - Universal single point sling adaptor, fits the M-4 collapsible stock weapons system, ambidextrous design, lies flat on operators torso., 96, EA; LI 012: Tactical Tailor CQB Sling Kit, Made of durable Nylon webbing (bungy cord design), single point sling design, snap hook for easy connect and disconnect, adjustable from 36-44 inches for easy fitting, box stitching for extra durability, and 12 inch flex for CQB training, 96, EA; LI 013: Pouch, Diversionary Device Double,- 4.5" x 2" x 2", Adjustable lid w/Quick release and 2" adjustability, 96, EA; LI 014: Pouch, APR Mask, Gas, Durable Black Nylon MSA Gas Mask Pouch. Various carry configurations - shoulder strap, belt or drop-leg carrying options., 96, EA; LI 015: Magazine Pouch, Triple 9mm, Glock, Durable Nylon, MOLLE compatible, Tan, 96, EA; LI 016: Magazine Pouch, Double 5.56/.223, M4, Durable Nylon, MOLLE compatible, Tan, 96, EA; LI 017: Wiley X Protective Glasses, Wiley Sunglasses: Talon - Includes the following, Smoke Lens (CHTALS, Clear Lens (CHTALC), Zippered Case Double Sleeve (TS-235), Cleaning Cloth (A425), Frame (CHTALF), Zippered Case Double Sleeve (TS-235), MEETS GL-PD 10-12 MCEP STANDARD, SUPERSEDING MIL-PRF-31013 BALLISTIC STANDARD, SPLIT LENS DESIGN FOR UNMATCHED VISION AND PERIPHERAL PROTECTION, MEETS ANSI Z87.1-2003 HIGH VELOCITY SAFETY STANDARD, RX CARRIER, WHEN NEEDED, MAINTAINS PERIPHERAL VISION LOST IN OTHER SPECTACLES, ADJUSTABLE RUBBER NOSE BRIDGE WITH WIRE CORE ADJUSTS TO ANY FACE/NOSE SHAPE, WIRE CORE TEMPLES ADJUST TO ANY HEAD SIZE/SHAPE with Smoke,Clear and Yellow Lens, 150, EA; LI 018: Blackhawk FURY? GLOVES WITH NOMEX, Dual-layer premium goatskin leather palm and fingertip reinforcements ? Constructed with NOMEX? for flash/flame protection (CE 420 EN407 X1XXX) ? Padded protection on back of hand and fingers ? Nylon loop on wrist for easy donning and attachment to carabiners? Elastic wrist fo+C7r secure fit, 150, EA; LI 019: Balaclava, Nomex, Provides flash/flame protection to the head and neck, Constructed entirely of DuPont NOMEX fabric,, Will not support flame or combust up to 800? F (427? C), Flat-seam stitching on the inside won't irritate when wearing a helmet, Lightweight 6 oz. DuPont NOMEX which is ideal for hot climates., 96, EA; LI 020: Tactical Gunlight -Surefire Model X300, Surefire X300 Ultra Mounted LED Hand Gun Light, 192, EA; 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/FY15RR0078/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03866419-W 20150903/150902000336-d9325e6b31f5e2f5a91dc1e6c0e86522 (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.