Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2002 FBO #0273
SOLICITATION NOTICE

84 -- Protective Armor

Notice Date
8/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-LMAQM-02-Q-0109
 
Response Due
9/13/2002
 
Archive Date
9/28/2002
 
Point of Contact
Bernice Barnes, Management Analyst, Phone 7038756098, Fax 7038756085,
 
E-Mail Address
barnesbl2@state.gov
 
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. This announcement constitutes the only solicitation. The solicitation number is S-LMAQM-02-Q-0109 and is issued as a request for quotation (RFQ). The NAICS code is 421490. This is a 100% small business set-aside. The small business size for this NAICS is 100 employees. FOB Destination shall be Springfield, VA. We anticipate award for this purchase order to be on or before September 16, 2002. The government plans to award a commercial item purchase order to the responsible offeror who can provide the items requested by the required delivery date. The required Delivery Date is October 15, 2002. The U.S. Department of State, Bureau of Diplomatic Security requires the following items with accessories. Quoted products must have the features listed below. The Contracting Officer must approve additional features and variations prior to quote. Description for first item ?. Level IV Black Ceramic Armor 10x12? Plate Set or equal. Set consists of one triple curve front plate and one single curve back plate. Specifications for Level IV Plates are: a)Both front and back plates will be certified to and comply with NIJ Standard-0101.04 to Level IV, b) front plate will be triple curved to conform to the wearers body, c) back plate will be single curved to conform to the wearers body, d) both plates will be not more than 5/8? thick and weigh not more than 7.6 lbs each, e) plates will be made in the USA, f) plates will be produced and inspected in an ISO 9002 and AS 9100 certified facility, g) plates will carry a minimum of $8 million liability insurance, h) plates will be constructed of monolithic ceramic with a fiberglass strike face to reduce spall and an Aramid laminate back face to reduce blunt trauma, i) plates will be wrapped in black Cordura and notched in all four corners for comfort and ease of insertion into pockets. Quantity 75 each. Description for second item Plate Harness or equal. With padding on shoulders, heavy-duty velcro for ID, US Flag in color and subdued, ID plackard (Federal Agent/Diplomatic Security), woven ballistic material for spawl on front and back of plate pockets, top-loading pockets. Inner and outer belly-band closure system. (Price includes revisions and changes to protype until an approved version is agreed upon) Specifications for harness is: a) harness constructed of 1000 Denier Cordura, b) one size fits all ; heavy duty, expanded military specification hook and loop fastening system joins front to back, c) closed cell ??foam padding in both shoulders, c) two layers Aramid ballistic fabric sewn in to the impact side of both front and back plate pockets to reduce spall, d) top loading plate pockets, e) inner and outer belly band closure system, f) reversible identification ?Federal Agent? and ?Diplomatic Security? patches, g) two identification US flags (one in color and one in subdued-black & olive drab) 2?x3 ??, h) patent-pending Original ?Cool Plus System (7?x7? on inside front and back of each harness). Quantity 75 each. Description for third item ?Shipping per set. Quantity 75 each. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). SET-ASIDE AWARD PROCEDURE. The cascading preference source selection method will be used in the evaluation of firms for award under this solicitation. The cascading source selection method permits small and large businesses to submit offers. Offers from small businesses will be considered first. In accordance with FAR Subpart 19.5, any award resulting from the solicitation will be made to an eligible small business concern provided that (1) at least two competitive offers are received from responsible small business concerns, and (2) award will be made at a fair market price. If conditions for award to a small business concern are not met, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Offers are due by 4:00PM, Eastern Standard Time, on September 13, 2002. Offers will be accepted via email to:BarnesBL2@state.gov or faxed to; Bernice Barnes at (703) 875-6006. All questions pertaining to this solicitation must be in writing submitted by email to BarnesBL2@state.gov
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/S-LMAQM-02-Q-0109/listing.html)
 
Place of Performance
Address: Springfield, VA
Zip Code: 22153
 
Record
SN00155549-F 20020901/020830222257 (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.