Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

99 -- Ballistic Vests and Carriers

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-02-R-0014
 
Response Due
8/20/2002
 
Point of Contact
Michael Agyei, Contract Specialist, Phone 402-294-7765, Fax 402-232-6571, - Jennifer Graham, Contract Specialist, Phone 402-294-9604, Fax 402-294-7280,
 
E-Mail Address
michael.agyei@offutt.af.mil, jennifer.graham@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsitation for commodities issued by 55th Contracting Squadron, Offutt AFB, NE. This document was prepared in accordance with the format found in the Federal Acquisition Regulations Document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement is a request for quotations, A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offutt AFB intends to issue a purchase order for Ballistic Vests and Carriers. The requirement includes : 1.VIPER IIIa Ballistic Vest with black carrier. Each vest with the CoolPlus system. Vest offers extensive full side coverage for officers trained in weaver stance. Front wraps around torso to meet back panel. This specification fully describes the minimum requirements for furnishing concealable, bullet resistant, soft body armor. The intent is to purchase state-of-the-art concealable body armor with optimum protection and wearability. The soft body alone shall provide a minimum of threat level IIIA ballistic protection as described by the National Institute of Justice (N.I.J) standard 0101.04 dated 2000. All armor provided must complete compliance with this specification as well as provide compliance to the N.I.J standard for both labeling and ballistic performance. The vest provided shall be concealable , undershirt bullet-resistant protection. Each be a slip on construction and must be adjustable at six points in the chest, shoulder and waist areas. Each vest is to be cut with sufficient armhole as not to irritate, or restrict the wearerfom performing normal duties. The front ballistic panel shall extend towards the waist with complete uniform and duty belt far enough as not to cause "push up under the chin" when the wearer is seated in an automobile. Each individual piece of soft bodymust be provided with a removable cover in order to allow the removal of ballistic components when laundering outer shell or carrier. Sizes: 100 S/R 100 M/R 150 L/R 100 XL/R 50 XXL/R NAICS CODE 339113 2.Each front and back vest carrier shall be pocket shaped to securely retain the ballistic panels. The pocket shall have a hook and pile (Velcro type) closure at least 3 inches from the bottom of the pockets ( on standard, medium, large and extra large sizes) for easy insertion and removal of the ballistic panels. The carrier fibre shall be 65/35 polyester/cotton. The minimum fabric weight shall be no less than 5 ounces per square yard. The body side shall be made of cool-Tec moisture-wicking micofilament with a brushed sued finish for comfort and durability. Sizes: 100 S/R 100 M/R 150 L/R 100 XL/R 50 XXL/R NAICs Code is 339113; this solicitation is issued as 100 percent small business set-aside. SBA Size Standard is 1,000 employees. Complete written quotations must be physically received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB by August 20, 2002 at 4:30 pm CST. Facsimile copies may be submitted to (402) 232-6571. Request a quote package from and direct questions to Michael Agyei via email or facsimile. COLLECT CALLS CANNOT BE ACCEPTED. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database by August 20, 2002 will make a bidder ineligible for award. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, with the offer. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. This acquisition is being subject to the availability of funds IAW 52.232-18. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Ensure all responses/inquiries and questions are forwarded to POC ? A1C Michael Agyei e-mail address/Michael.Agyei@offutt.af.mil (402) 294-7765 or fax (402) 232-6571. Quotes must be valid for at least 30 days.
 
Place of Performance
Address: 55th Security Forces Squadron, OffuttAFB, NE
Zip Code: 68123
Country: USA
 
Record
SN00132404-W 20020807/020805213418 (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.