DOCUMENT
84 -- MOBILE ARMORED SHIELDS - Attachment
- Notice Date
- 9/26/2018
- Notice Type
- Attachment
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- 36C26118Q9737
- Response Due
- 9/27/2018
- Archive Date
- 11/26/2018
- Point of Contact
- Katherine Fairley
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9737 Posted Date: 09/26/2018 Original Response Date: 09/27/2018 Current Response Date: 09/27/2018 Product or Service Code: 8470 Set Aside (SB) Yes NAICS Code: 326199 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This is a Small Business Set-Aside Requirement. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 326199, with a small business size standard of 750 employees. The VA Palo Alto Health Care System, Palo Alto, California is seeking to purchase Mobile Armored Shields. All interested companies shall provide quotations for the following: Brand Name or Equal: MFR: ARMORED MOBILITY INC. ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Mobile Armored Shield Plus Shield Upgrade 12.00 EA 38"x18" level III GRAND TOTAL Mobile Armored Shields Salient Characteristics & Statement of Work Must meet all the following: MAS3818 mobile armored shield is engineered and designed to be attached to the exterior of a vehicle or carried by an individual on foot as a defense against ballistic threats. Must meet NIJ Standard 0108 Level III ballistic resistance standards. Must be lightweight for tactical mobility. Must float for use during water rescues. Must weigh max 22 lbs Must have an integrated strap system which allows the shield to become an emergency stretcher. Must have capability of connecting multiple shields quickly and easily together to form an expanded threat protection barrier. Must include a vehicle attachment system to withstand very high speeds and harsh driving conditions. Must be equipped with molded rubber handholds. Must have a sling strap that distributes the weight equally between the shoulder and arm. Shields must have a patented design military ballistic grade material creating an outer jacket to encompass the shield. Because they are lightweight, MAS3818 shields reduce muscle fatigue. This makes MAS3818 shields easier to control and enables VA Police Officers to remain protected and agile over longer periods of time. The shields are made from Dyneema, a super strong polyethylene fiber produced using a patented gel spinning process. This remarkable fiber is up to 15 times stronger than steel and is weight-for-weight 40% stronger than competing aramid fibers. Its unidirectional lightweight composite provides superior antiballistic protection for both personnel and vehicle protection. Functionality of the MAS is achieved by the insertion of the armor protective material, Dyneema, into a patented-designed military ballistic grade material creating an outer jacket to encompass the shield. The carrier can be designed to customer specifications. Special magnets allow the secure attachment of the MAS to a vehicle. The durable MAS is manufactured with materials that are resistant to temperature extremes and moisture. MAS3818 shields are designed to stop multiple hits from the following ammunition and do not require periodic x-ray examination to ensure integrity of ballistic material. By comparison, ceramic ballistic plates may fail after being hit by more than one round of ammunition and do require periodic x-ray inspection to ensure integrity. MAS3818 shields are designed to stop multiple hits from the following ammunition: 7.62mm x 51 mm M80 NATO FMJ - 2780 fps 5.56mm LeMas Urban Warfare - 3718 fps 5.56mm M193 FMJ - 3200 fps 6.8mm 110gr OTM -2625 fps 30-06 M2 FMJ - 2736 fps 7.62 x 39mm M43 Steel Core FMJ - 2307 fps 12 Gauge High Velocity Slug Shield shall include: M855/SS109 Mobile Armored Shield upgrade that provides increased protection to include M855 and SS109 ammunition. Instant attachment to MAS ballistic shields. Encapsulated in high impact Polyurethane coating, impervious to water, UV, or extreme temperatures. Delivery shall be provided no later than 60 days after receipt of order. FOB Destination. The contractor shall deliver line item 0001 to VA Palo Alto Health Care System Palo Alto, CA 94304. Place of Performance Address: 3801 Miranda Ave. Palo Alto, CA Postal Code: 94304-1207 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding line item descriptions and salient characteristics listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding line item descriptions and salient characteristics. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed items such that OEM warranty and service are provided and maintained by the OEM. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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: 1. Technical: The vendor s quote must meet all the salient characteristics and SOW listed within the solicitation for the item. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting all the salient characteristics and SOW listed within the solicitation for the item. The technical ratings are defined as follows: Acceptable: Quote clearly meets all the salient characteristics and SOW listed within the solicitation for the item. Unacceptable: Quote does not clearly meet all the salient characteristics and SOW listed within the solicitation for the item. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for Mobile Armored Shields as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Thursday, September 26, 2018, 3:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9737/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9737 36C26118Q9737-MOBILE ARMORED SHIELD-VAPAHCS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611035&FileName=36C26118Q9737-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611035&FileName=36C26118Q9737-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9737 36C26118Q9737-MOBILE ARMORED SHIELD-VAPAHCS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611035&FileName=36C26118Q9737-000.docx)
- Record
- SN05106212-W 20180928/180926231118-bd3aaa805f5d58f614ef9b52506fde7c (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 |