|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1997 PSA#19957th Contracting Squadron, 381 Third Street, Dyess AFB, TX 79607-1581 84 -- THIS IS A PROCUREMENT FOR AIRCREW BODY ARMOR AND SURVIVAL
AIRCREW VESTS SOL F41652 98Q5522 DUE 010598 POC 11. MR Robert B.
Miller, contract specialist 915 696 5261 or MR Ronald G. Miller 915 696
2244 E-MAIL: Click here to contact, via e-mail, the contracting officer
or the contract administrator,
millerro@cons7.dyess.af.mil">millerro@cons7.dyess.af.mil;millerr@cons7.dyess.af.mil. I. 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. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. II. Request for quotation,
solicitation # F41652 98Q5522 III. This solicitation document and
incorporated provisions and clauses are those in affect through Federal
Acquisition Circular 97-02 IV. This is a small business set aside
procurement under SIC 9999 Miscellaneous Items V. There are two
contract line items. Clin 0001 furnish 264 aircrew survival vests as
described in project description below. Clin 0002 furnish 224 aircrew
body armor as described in procurement description below. VI.
Description: 1. GENERAL: This statement of work (SOW) defines the
procurement requirements for a vendor to furnish and deliver aircrew
body armor and aircrew survival vests toDyess Air Force, Texas. 2.
PROCUREMENT DESCRIPTION: The procurement will consist of two line
items. Line item 0001 (CLIN 0001) 264 aircrew survival vests. The
description is as follows: Vest, aircrew survival. For use by air, sea,
and ground deployed forces. In approved ACC and AMC pocket
configuration known as Air Ace vest. CCA and other versions as
approved. Base vest shell be constructed of high strength durable, fire
retardant mesh with two permanent on-seam hand pocket with tabbed snap
closures, and two permanent inside tear-open pockets. Pockets shell be
constructed of high strength, fire retardant, 600D polyester. Base vest
shell have affixed multiple rows of female snap track attachments
devices. Gear pockets shell include sewn-in-place lanyard attachment
loops, have zipper and snap closures, and must have affixed one or more
male snap track attachment devices to allow for removable attachment to
vest. Vest shell be supplied with required pockets, a holster (if
required), and other gear carriers as specified in approved
configuration. Vest shell be one-size-fits-all with adjustments at the
waist and shoulders. Vest shell integrate with Ace Advantage Composite
Body Armor. Vest shell integrate, as required, with rescue or other
harnesses, parachutes, and personal flotation devices. Fire retardant
to NFPA 701. Color: Black For Pocket configuration, contact the point
of contact listed above. Line Item 0002 (CLIN 0002) 224 Armor, Soft
Body. For use by aircrew members deploying worldwide. Must integrate
with Air Ace Snap Track survival vest, SRU-21/P survival vest and the
Ace Arrest Rescue and recovery Harness. Must meet level IIIA as defined
by the National Institute of Justice (NIJ) Standard. Armor will be
constructed from non inter-woven, unidirectional aramid fiber.
Composite ballistic material having an area density not to exceed 1.1
pounds per square foot. Material shell be inherently waterproof,
hermetically sealed, and resistant to UV light degradation. Armor shall
be covered with lightweight fabric in panel form. Armor panels shell be
removable and covered in fire retardant, washable fabric. One size fits
all construction with shoulder and side protection. Silent,
quick-release adjustable buckles at the waist and shoulders to be
adjusted for snug fit. Panel covers shell have sawn in pockets to allow
addition of soft trauma packs, or ceramic or other armor plates for
additional protection up to NIJ level IV. All carriers shell be fire
retardant to NFPA 701. Color: Black. VII. Desired date of delivery is
30 Days after award of contract; place of delivery is Base Supply
Receiving 110 3rd street east side, Dyess AFB, TX, 79607-1510 FOB:
Destination VIII. Solicitation provision at FAR 52.212-1, instructions
to offerors -- Commercial Items (Oct 1995) is hereby incorporated by
reference. Offerors are reminded to submit a technical description of
the items being offered in sufficient detail to evaluate compliance
with this solicitation. This my include, but is not limited to, product
literature, pictures, and terms of express warranties IX. Solicitation
provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995)
is hereby incorporated by reference. X. Offerors are reminded to
include a completed copy of the provision at 52.212-3, offeror
Representations and Certifications -- Commercial Items (JAN 1997 and
252.212-7000, offeror Representations and Certifications -- Commercial
Items (NOV 1995) with its offer. Contact our point of contact for full
text if necessary. XI. Clause 52.212-4, Contract terms and conditions
-- Commercial Items (MAY 1997), is hereby incorporated by reference.
XII. Clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (AUG 1996),
is hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract 52.230-6, 52.203-10,
52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.247-64.
XIII. Additional Contract Terms and Conditions applicable to this
procurement are: Clause 252.212-7001, Contract Terms and Conditions
required to Implement Statutes or Executive Orders applicable to
Defense Acquisitions of Commercial Items (FEB 1997), is hereby
incorporated by reference the following paragraphs apply to this
solicitation and any resultant contract 252.247-7023, 252.219-7006,
252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037,252.247-7024,
252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition
Regulation Supplement (DFARS) Clauses 252.225-7002, Qualifying Country
Sources as Subcontractors (DEC 1991) and 252.225-7003, Information for
Duty Free Evaluation (AUG 1992). XIV. The Defense Priorities and
Allocations Systems (DPAS) assigned rating for this procurement is:
unrated . XV. Commerce Business Daily numbered note number 01 applies.
XVI. Signed and dated offers must be submitted to 7th Contracting
Squadron, 381 3rd Street, Dyess AFB 79607-1581, ATTN: Robert B. Miller
not later then close of business 5 Jan 1998 XVII. Contact MR Robert B.
Miller at 915 696-5261 email millerro@cons7.dyess.af.mil or MR Ronald
G. Miller at 915 696-2244 email millerr@cons7.dyess.af.mil for
additional information. (0350) Loren Data Corp. http://www.ld.com (SYN# 0310 19971218\84-0002.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|