Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

84 -- ATOUR - Specialized Gear

Notice Date
5/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY17RR030
 
Response Due
5/26/2017
 
Archive Date
11/22/2017
 
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 FY17RR030 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 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 2017-05-26 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: LASA Ballistic Shield (Standard, Medium) (Substitutions will not be considered without meeting and exceeding the specifications of these shields, see attachments for more ballistic details) Lightweight 7.62 x 39mm Defeating Ballistic Shield; TESTING STANDARD NIJ 0101.06 PROTECTION LEVEL Special Threats (see below) THREATS AND SPECIAL THREATS 7.62 x 51mm 149gr M80 FMJ 5.56 x 45mm 55gr Ball (M193)* 7.62 x 39mm 123gr PS Ball (Mild Steel Core) CONFIGURATION Operational Variant SHIELD THICKNESS 16 ±1 mm AREAL WEIGHT (PANEL) 16.0 kg/m2 CURVATURE Flat COVER Painted with corner protection, Fabric Cover also available Width 500mm Height 1000mm Weight 10.1kg Coverage 5000 cm2, 2, EA; LI 002: LASA Ballistic Shield (Standard, Long) (Substitutions will not be considered without meeting and exceeding the specifications of these shields, see attachments for more ballistic details) Lightweight 7.62 x 39mm Defeating Ballistic Shield; TESTING STANDARD NIJ 0101.06 PROTECTION LEVEL Special Threats (see below) THREATS AND SPECIAL THREATS 7.62 x 51mm 149gr M80 FMJ 5.56 x 45mm 55gr Ball (M193)* 7.62 x 39mm 123gr PS Ball (Mild Steel Core) CONFIGURATION Operational Variant SHIELD THICKNESS 16 ±1 mm AREAL WEIGHT (PANEL) 16.0 kg/m2 CURVATURE Flat COVER Painted with corner protection, Fabric Cover also available Width 500mm Height 1550mm Weight 14.5kg Coverage 7750 cm2, 1, EA; LI 003: LASA Ballistic Shield (Narrow, Short) (Substitutions will not be considered without meeting and exceeding the specifications of these shields, see attachments for more ballistic details) Lightweight 7.62 x 39mm Defeating Ballistic Shield; TESTING STANDARD NIJ 0101.06 PROTECTION LEVEL Special Threats (see below) THREATS AND SPECIAL THREATS 7.62 x 51mm 149gr M80 FMJ 5.56 x 45mm 55gr Ball (M193)* 7.62 x 39mm 123gr PS Ball (Mild Steel Core) CONFIGURATION Operational Variant SHIELD THICKNESS 16 ±1 mm AREAL WEIGHT (PANEL) 16.0 kg/m2 CURVATURE Flat COVER Painted with corner protection, Fabric Cover also available Width 400mm Height 800mm Weight 6.9kg Coverage 3200 cm2, 1, EA; LI 004: Kydex TAN 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), 28, EA; LI 005: Kydex TAN 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 6004-836-122 (Left Handed), 4, EA; LI 006: Tactical Gunlight-Surefire X300 Ultra, for Glock 17, 32, EA; LI 007: FX ® 9002 helmet provides complete head protection along with 180 ° peripheral vision through a scratch resistant polycarbonate anti-fog coated visor. It can be worn with eyeglasses. The shell of this easy-to-clean helmet is produced from high-quality, super-tough nylon, with two adjustable straps. Available in black or blue. Simunition ® product no. 8971790 (black), 40, EA; LI 008: Throat CollarFX 9000, 40, EA; LI 009: Groin ProtectorFX 9000, 40, EA; LI 010: Throwbot ® XT with Audio Capabilities Performance Operates at just 22 decibels at a distance of 20 feet Indoor Range (NLOS): Tested to 100ft/30m Outdoor Range (LOS): Tested to 300ft/91m Speed: Tested to 1.5fps/.46mps Drop Shock Resistance: Tested to 30ft/9m Throw Shock Resistance: Tested to 120ft/36m Water resistant to incidental immersion in 1ft/30cm of water for up to 5 minutes Mechanical Specifications Length: 8.2in/20.9cm Width (wheel to wheel): 7.6in/19.3cm Height: 4.5in/11.4cm Weight: 1.2lb/.54kg Run Time On Flat Terrain: Tested to 60 minutes (varies on uneven terrain) Image Sensor Black and White IR Illumination: 25ft/7.62m Field of View: 60 degrees Frame Rate: 30fps Audio One-way, listening only Microphone noise floor: 35 dBSPL Operator Control Unit II (OCU II) Height (antennas up): 20in/51cm Height (antennas down): 9.5in/24.1cm Width: 5.6in/14.2cm Weight: 1.6lbs/0.73kg Screen Size: 3.5in/8.9cm OCU II Run Time: Tested to 120 minutes, 2, EA; LI 011: Throwbot XT field maintenance kit; The Field Maintenance Kit “ Throwbot XT and OCU Classic enables you to quickly replace worn or damaged robot components without taking the robot out of operation. The kit includes two XT wheels, one XT tail, two robot antennas, two OCU Classic antennas, five optics covers, and the tools and instructions to replace them. Additionally, the kit comes with a lightweight pouch, a battery charge indicator, and a spare robot activation pin. Model Number: FMK-XT. The kit comes with a lightweight pouch, a battery charge indicator, and a spare robot activation pin., 2, KT; LI 012: Under-The-Door Camera; The UDC4 System is a wireless under the door camera designed to provide operators with covert video inspection of rooms behind closed doors.   A light sensitive black and white camera, an IR LED illuminator, and 4 IR LEDs provide wireless vision to any dark area.   An optional telescoping deployment pole enables operators to quickly deploy and maneuver the unit from a position of cover. The UDC4 also features an internal DVR that records real-time video, 2, EA; LI 013: TACTICAL INSPECTION KIT, the Tactical Inspection Kit (TIK) includes multiple wireless camera systems and monitors to ensure that your tactical team has the equipment needed for every operation. This kit allows you to wirelessly inspect areas at a safe distance and gain reconnaissance for tactical planning VFS3: Wireless Video Fiberscope » » UDC: Wireless Under Door Camera System » » HHIT FLEX: Handheld Inspection Tool » » LPSS3: Long Pole Search System » » WMM: Wireless Wrist Mounted Monitor » » HHM: Wireless Handheld Monitor, 1, KT; LI 014: Double Wide Assault Ladder, Stainless Steel, Black, 4, EA; LI 015: EoTech Sighting DevicesModel #558 NVG Comp. (AA) Batteries, 32, EA; LI 016: NIGHT VISION GOGGLES, PVS-14; PVS-14 Gen 2+, Manufacturer: US Night Vision Corporation, Free iPhone 4/4S Adapter Single AA Battery Submersible, Weapons Mountable up to 7.62x51, 2-Year Limited Warranty. The USNV PVS-14A system has recently been redesigned to operate on a single ""AA"" battery. The USNV PVS-14A includes a built-in IR illuminator, fully adjustable headmount and mil-spec multi-coated optics. Automatic Brightness Control and Bright Source Protection are standard. The manual gain control feature does not function with Generation 2+. The most versatile night vision system on the market, the USNV PVS-14 Alpha can be used hands-free, head-mounted, helmet mounted, weapons mounted or attached to a camera/camcorder for nighttime photography. Optional accessories include: Military Helmet Mounts, Demist Shield, Sacrificial Window, Magnetic compass, High magnification mil-spec lenses and Weapon mounts. Ships With: Monocular, Hard Case, iPhone 4/4S Adapter OD/Black, Sacrificial Window, Demist Shield, Lens Tissue, Objective Lens Cap, Lanyard, (2) AA Batteries & Data Sheet. Specifications: Technology Generation II+, Magnification 1x, Field of View 40 °, Diopter Adjustment +2 to -6, Weight 12.2 oz. Dimensions 4.5"" x 2"" x 2.25"", Power Source 1 x AA, Battery Life 40 hours, Warranty 2 Year Limited, 32, EA; LI 017: MONOCULAR SCOPEFLIR Scout TS-24 Thermal Night Vision Camera Unit. Image Resolution: 40 x 180, Weight with Batteries: 1.59lbs. Battery Type: (4) AA NiMH Batteries or Alkaline Batteries, 4, EA; LI 018: Camera, Compact, Digital, Still and VideoBuilt-In Flash, HD video capable, Non-Rechargeable Batteries, HDMI Output 15 Megapixel, 6, EA; LI 019: 64GB SD cards for digital camera, 6, EA; LI 020: SINGLE POINT SLING BlackHawk Storm Constructed of high-quality 1.25 ť nylon webbing, Single-point sling design Elliptical bungee provides comfort and support, Compressed tubular nylon sheathing limits bounce and enhances retention Removable, elastic-encased MASH Clip for quick, positive firearm attachment,. Heavy-duty tri-glide buckle, metal oval ring, and dual 300 lb. test side-release buckles for quick sling detachment, firearm attachment, and weapon removal, 4 ť flex for weapon agility and CQB tactics, Adjusts from 46 ť to 64 ť in diameter with tri-glide buckle to fit all body sizes and around bulky tactical vests or gear, Robust bar tacking and box stitching for maximum strength, 32, 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 śBrand Name Only ť 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 śprogram files ť 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 śsubstantially transformed ť 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 śsubstantially transformed ť 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 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - 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/FY17RR030/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN04515539-W 20170521/170519234629-db27fa4a9fa4d05537891b4ddaa26980 (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.