Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOLICITATION NOTICE

84 -- Individual Tactical Equipment (CRT)

Notice Date
8/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Road, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY17-0001_01
 
Response Due
9/1/2017
 
Archive Date
2/28/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 FY17-0001_01 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 238990 with a small business size standard of $15.00M. 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 2017-09-01 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Winchester, VA 22601 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: 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. (Color: Tan), 240, EA; LI 002: Belt Suspenders, Tactical: ATS Tactical Gear Low Profile Suspenders. Coyote. SPECS: a. Material(s)- Military grade nylon. 2 upper support webbing (load bearing area) and 1 attachment webbing sufficiently adjustable in length to support a 6 ™2 wearer. Attachment webbing shall adjust with 1 Tan/Black colored durable Plastic or metal Triglide adjustment buckle. b. Color Webbing- Coyote Tan c. Stitching: Bar Tack or Box Pattern d. Manufacturer: ATS, http://atstacticalgear.com/ e. Remarks: - Shall attach to D-rings on Condor Gen II Battle Belt., 240, EA; LI 003: BELT, BATTLE, GEN II: 241-003 - BELT, BATTLE, TAN, LARGE, GEN II, LIGHT WIGHT,PROVIDE EXTRA REAL-ESTATE FOR MODULAR ATIACHMENTS, IN CONJUNCTION W/H HARNESS, CONDOR. (144) medium, (48) small, and (48) large, 240, EA; LI 004: Belt, BDU: Tan. Either one size fits all or (144) medium, (48) small, and (48) large, 240, EA; LI 005: BELT, PISTOL, UNIVERSAL, TAN, CONDOR: US1016--003 - (144) medium, (48) small, and (48) large, 240, EA; LI 006: Camelbak Thermobak 3L, Coyote Tan: Quick-release shoulder straps unclip for easy removal and storage inside back panel stash pocket; Use D-ring attachment points to add to any armor vest or pack with MOLLE; Fully-insulated reservoir compartment using 5 mm closed cell foam; Add or remove name tags and unit badges quickly with integrated hook-and-loop; External fill for rapid refill without having to remove reservoir from pack; 500D Rip-Stop Cordura ® Fabric. Hydration Capacity: 100 oz / 3L.Total Capacity: 3L (183 cu in) + 3L Reservoir; Total Weight: 1.3 lbs /.61 kg (pack only); Dimensions: 18 in x 9.2 in x 5 in (46 cm x 23 cm x 13 cm); Fabric: 500D Ripstop Cordura ® fabric front panel and yoke, 420D high density nylon back panel, 420D high density nylon stow-away panel for shoulder harness webbing, 5 mm closed cell foam panel and hydration compartment, 135D Poly lining, Nylon webbing, 240, EA; LI 007: Gloves, Nomex/Flight Gloves: Nomex Gloves, Tan “ Nomex Back provides Flame/Flash protection up to 800 degrees F, Soft Durable cowhide palm, Extra Elastic wrist provides secure fit, (144) medium, (48) small, and (48) large, 240, PR; LI 008: GOGGLES, BALLISTIC IMPACT RESISTANCE: Desert Locust. Model: 4-0309-9531-P. SPECS: Kit includes goggle frame, clear and smoke interchangeable lenses, anti-reflective sleeve, microfiber cleaning cloth, storage case & reusable anti-fog cloth, One-piece, optical grade polycarbonate lens shields eyes from unexpected fragments Widest field-of-view to enhance war fighting capabilities Optional Rx insert is also compatible with Revision Sawfly Spectacles; Revision Eyewear offers Rx Carrier fulfillment services. High-impact protection certified to ANSI Z87.1 and Military Requirements (MIL-DTL-43511D clause 3.5.10 and MIL-PRF-31013 clause 3.5.1.1). CE certified in accordance with EN 166, EN 170 and EN 177, 240, PR; LI 009: Pouch, Diversionary Device Single: Flash bang Pouch - 4.5" x 2" x 2", Adjustable lid w/Quick release and 2" adjustability, Tan. Double Pouch, 240, EA; LI 010: Pouch, Flashlight: MA48-003 - POUCH, FLASHLIGHT, TAN, 240, EA; LI 011: Pouch, Radio: MA9-003 - POUCH, RADIO, TAN, 240, EA; LI 012: Pouch, Triple 5.56/.223 Magazine, M4: Coyote Tan Model: MA58: Triple M4 Mag PouchDouble magazine stackable. SPECS: Holds six M4/M16 mags, Adjustable hook & loop flap, Size 7.25"H x 10.5"W x 2"D, 240, EA; LI 013: Pouch, Triple 9mm Magazine, Glock: Condor Triple Pistol Mag Pouch. SKU #: TG-MA52. SPECS: Size: 4"H x 7.5"W x 1"D. TAN, 240, EA; LI 014: Pouch, Utility: MA8-003 - POUCH, UTILLTY, TAN, CONDOR. (Small back of belt)., 240, EA; LI 015: Protective Glasses, Wiley X: 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, 240, PR; LI 016: Tactical Elbow Pads, Pair: (TAN) Blackhawk HellStorm Advanced Tactical V.2 Elbow Pads. 600 denier nylon shell and an injection-molded flex cap design for enhanced durability and protection. In-depth Description: 600 denier nylon shell, Injection-molded flex cap design, Closed-cell foam padding provides excellent shock resistance and little or no moisture retention, Allows maximum flexibility for ease of movement and comfort, Minimizes gap between bottom of cap and nylon carrier when flexed, Padded side extensions provide additional comfort and improved strap positioning, Contoured interior ledge keeps pad from slipping downward, and Elastic hook & loop straps, 240, PR; LI 017: Tactical Knee Pads, Pair: (TAN) Blackhawk HellStorm Advanced Tactical V.2 Knee Pads. 600 denier nylon shell and an injection-molded flex cap design for enhanced durability and protection. In-depth Description: 600 denier nylon shell, Injection-molded flex cap design, Closed-cell foam padding provides excellent shock resistance and little or no moisture retention, Allows maximum flexibility for ease of movement and comfort, Minimizes gap between bottom of cap and nylon carrier when flexed, Padded side extensions provide additional comfort and improved strap positioning, Contoured interior ledge keeps pad from slipping downward, and Elastic hook & loop straps, 240, PR; LI 018: MULTI PURPOSE TOOL: SOG PowerAssist Multi-Tool B66N-CP. SPECS: Item Weight 9.6 ounces, Product Dimensions 7 x 1.9 x 0.8 inches, Size 11.60in. x 7.30in. x 1.75in., Made of 420 steel, black oxide finish, this multi-tool features a full-serrated blade, three-sided file, blasting cap crimper, bolt grip channel, bottle opener, can opener, hard wire cutter, large flat screwdriver, medium flat screwdriver, needle nose pliers, Philips screwdriver, ruler, small flat screwdriver, straight edge blade, V-cutter, wire crimper and nylon sheath, 240, EA; LI 019: Gear Bag, Deployment Tactical: (TAN) Eagle Industries - NATO Load Out Bag. Model: LOB-NATO-KH. SPECS: Main compartment: 13-1/2" x 30" x 12" = 4,860 cubic inches (79.64 L), End pockets (x2): = 10" x 12" x 2-1/2 = 300 cubic inches, Side Pockets (x3): 10" x 8-1/4" x 2" = 165 cubic inches, External compartments: 1,095 cubic inches, Total: 5,955 cubic inches (97.67 L), 240, EA; LI 020: Pouch, Dump Pouch: (TAN) Blackhawk, Omega Elite Dump Pouch, Tan, Designed to carry loose ordinance, empty magazines, evidence or contraband. YKK Zippers nad a top hook and loop flap with HEAVY DUTY elastic for secure carry. Constructed of 1000 denier nylon. Intercooler Venting System back panel for ventilation, 240, 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 œBrand 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). New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer�s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller�s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. 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. Award of bids will be evaluated by price, technical capability, delivery and past performance. 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. 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. 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,and 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY17-0001_01/listing.html)
 
Place of Performance
Address: Winchester, VA 22601
Zip Code: 22601
 
Record
SN04655430-W 20170901/170830233226-4c1a5ae86920c7028689e422d15d6aa2 (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.