Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

84 -- Handcuffs - Family of Restraint System (FORS)

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-02-T-0077
 
Response Due
4/25/2002
 
Archive Date
5/25/2002
 
Point of Contact
Scott Tyler, (508) 233-4339
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(scott.tyler@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a full and open competition combined synopsis/solicitation DAAD16-02-T-0077 for commercially available handcuffs for the Family of Restraint System (FORS) program. The handcuffs shall meet the following criteria: (1) be a stand-alone system with a hinged joint that can support one handed control operation; (2) have a double lock capability requiring a common key or key equivalent to reverse; (3) have a locking mechanism that is in a logical/handy location to engage or disengage as well as be desi gned to allow for both day and night use; (4) be tamper, impact, corrosive resistant ? meeting NIJ Standard 0307.01 (Metallic Handcuffs) paragraph 4.7 for Mechanical Strength; paragraph 4.8 for Salt Spray Corrosion Resistance and paragraph 4.9 for Cheek Pl ate Tamper Resistance. The handcuff performance shall not degrade when stored and operated in climatic design types of hot, cold and basic, in accordance with Army Regulation (AR) 70-38, http://www.usapa.army.mil/gils/epubs3.html. Materials used shall no t create any hazards that might negatively impact the health, safety and performance of the user. The handcuff will require a case and have the ability to attach to standard law enforcement equipment belt or fit into the existing standard police handcuff case. An instruction sheet on the use and care of the handcuff shall also be included. The Government requires a two-year warranty for the handcuffs (fifteen-year warranty is desired). The U.S. Army Robert Morris Acquisition Center, Natick Contracting D ivision, located at the U. S. Army Soldier & Biological Chemical Command, Natick, MA will award up to three (3) purchase orders (within funding constraints) for up to a maximum quantity of 60 each handcuffs (60 each if handcuffs fit into existing standard police handcuff case or 30 each without case and 30 each with case if handcuffs do not fit into existing standard police handcuff case) for user evaluation/acceptance. Items will be technically evaluated and field-tested for the following criteria: perfor mance/durability (to include NIJ Standard requirements indicated above); human factors (to include user acceptance/preference); and compatibility with standard law enforcement equipment belt/standard police handcuff case. Performance and Human Factors are of equal importance to each other, both being more important than compatibility. It will take approximately three (3) months from the time of award of a purchase order until the completion of the government user evaluation and down-selection. If items ar e evaluated acceptable in the criteria defined above, the Government may exercise an option to procure up to a maximum quantity of 15,000 each handcuffs from one company based on feedback from user evaluation (down-selection to one contractor will be based on criteria delineated above) and the item offering the best value to the Government. The required delivery of the initial quantity (CLIN 0001) is 14 calendar days after award of purchase order(s). The Government desires delivery of the optional quantitie s (CLIN 0002) within 60 calendar days for quantities of 0001 to 5000, within 90 calendar days for quantities of 5001 to 10000, and within 120 calendar days for quantities of 10001 to 15000 following exercise of option. The Government reserves the right to exercise the option as many times as necessary until the maximum quantity is ordered. Offerors may propose a different delivery schedule in their proposals that may provide earlier delivery, but may not propose a delivery date later than the Government's required delivery time. The ship-to addresses for the 60 each handcuffs (30 each handcuffs to each address) for test and evaluation (CLIN 0001 ? F.O.B. Destination) are U.S. Army Soldier Biological & Chemical Command, Natick, MA 01760 and U.S. Army Aberdee n Test Center, Aberdeen Proving Grounds, MD 21005. The 30 each handcuffs sent to Natick, MA location shall be with cases if handcuffs do not fit into the exis ting standard police handcuff case. Optional quantities (CLIN 0002 ? F.O.B. Origin) will be delivered to the following CONUS and OCONUS locations: FT Bragg, NC; FT Hood, TX; FT Bliss, TX; Germany; Korea; Hawaii; Italy, Alaska; FT Lewis, WA; FT Polk, LA; FT Riley, KS; FT Drum, NY; FT Carson, CO; FT Campbell, KY; FT Benning, GA; FT Stewart, GA; FT Leavenworth, KS; FT Leonard Wood, MO; FT Myers, VA; FT Eustis, VA; FT Jackson, SC; FT Sill, OK; and FT Knox, KY. All items shall be preserved, packaged and shipp ed in accordance with best commercial practices to the above locations. This synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement will c onstitute the only solicitation and no hard copy of will be made available. Vendors are required to submit a hard copy proposal (to include product literature (with list of materials) and test data), and one (1) product sample as described herein as well as warranty, past performance, and pricing information. See below for required, detailed proposal submission information. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditi ons Required to Implement Executive Orders ? Commercial Items and incorporates by reference 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.217-5, Evaluation of Options; 52.219-8, Utilization of Small Business Concerns ; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabiliti es; 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate; 252.212-7000, Offeror Representations and Certifications ? Commerci al Items; 252.204-7004, Required Central Contractor Registration; 243.205-70, Pricing Of Contract Modifications; 252.212-7001, Contract Terms and Conditions Required to Implement Executive Orders Applicable to Defense Acquisitions of Commercial Items and i ncorporates by reference FAR 52.203-3, Gratuities; DFARS 52.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.247-7023; 252.247 -7023, Transportation of Supplies by Sea; All clauses applicable to this solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far, http://farsite.hill.af.mil, and http://www.acq.osd.mil/dp/dars/dfars.html. The ap plicable North American Industry Classification Code (NAIC) code for this effort is 332999. For the purpose of this requirement, any concern employing 500 or fewer employees is considered a small business. To be eligible for award, all offerors must be re gistered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://www.ccr.gov. FAR 52.212-2(a) Addenda, The Government will award a purchase order(s) resulting from this solicitation to the responsible offeror(s) whose o ffer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offerors proposals, and product samples: Technical, Price, Warranty, and Past Performance. The Technical area is greater in importance than the Price area, which is slightly more important than the Warranty area, w hich is slightly more important than the Past Performance area. All evaluation factors other than price, when combined, are slightly more important than price. The Technical area will be evaluated for: the proposed items' capability to meet the solicit ation requirements as demonstrated by the written proposal (to include all test data demonstrating the NIJ Standard requirements stated above, and documented NIJ compliance/certification), product literature, and one (1) product sample submitted. Sample ha ndcuff will be evaluated for: performance/durability, human factors, and compatibility. Price will be evaluated for price realism, fairness, and reasonableness. Warranty will be evaluated for length and terms of warranty. Past Performance: Vendor's recent relevant experience in providing these or similar items will be evaluated for performance risk. Vendors shall submit a written technical proposal not exceeding (10) pages describing how their item(s) meet the requirements stated herein. Vendors shall subm it a written past performance proposal not exceeding (5) pages, which describes their recent, relevant experience in providing handcuffs or similar items. The Past Performance information shall contain the purchase order or contract number, client name and address, and a point of contact at the company or government agency with current phone number and/or e-mail address so government evaluators may contact the reference. Pricing shall be submitted in the vendor's format, but each CLIN listed above must hav e pricing associated with it. Pricing should be received for CLIN 0001, quantity of 60 each handcuffs FOB Destination, Optional CLIN 0002, quantity of up to 15,000 each handcuffs FOB Origin and Optional CLIN 0003, quantity of up to 15,000 each handcuffs ca ses (if handcuffs have a case) FOB Origin. A separate CLIN will be added (CLIN 0004) for a Not-To-Exceed Shipping Amount at award. Offers shall be submitted to: U. S. Army Robert Morris Acquisition Center, Natick Contracting Division, Headquarters Buildi ng #1, (ATTN: Scott Tyler), Kansas Street, Natick, MA 01760-5011 not later than 1430 local, April 25, 2002.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00057284-W 20020413/020411213448 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.