Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
SOLICITATION NOTICE

16 -- Rotary Wing Helmets

Notice Date
7/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, United States Customs Service (USCS), Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
CS-03-060
 
Response Due
8/7/2003
 
Archive Date
8/22/2003
 
Point of Contact
Ronald Venable, Contract Specialist, Phone (202) 927-1132, Fax (202) 927-1812,
 
E-Mail Address
ron.venable@customs.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation number CS-03-060 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14, effective 07/02/03. This acquisition is not set-aside for small business, NAICS Code 339113-Surgical Appliance and Supplies Manufacturing. The contract line items are rotary wing helmets and training for their repair and maintenance. For the helmet portion of the acquisition interested parties should submit one quote for 70 each. For the training portion of the acquisition interested parties should submit a quote for one lot of training. In order to be eligible for award interested parties shall submit quotes on each of the items stated above in the quantities indicated. Award quantities may vary slightly from these quantities. Description- The Bureau of Immigration and Customs Enforcement, Air and Marine Operations is seeking to purchase 70 helicopter helmets for use aboard its’ rotary wing aircraft. Helmets shall be in current production, commercially available and meet or exceed the Military Specifications of MIL-H-87174. Helmets must be dark blue or royal blue in color and shall be of conformal size to the head as to not impact with current aircraft configurations or personal protective equipment. At least four sizes shall be offered and range from small to extra large. The shell shall be made of a carbon fiber, composite or other such material and weigh no more than 1500 grams in its entirety. Helmets shall consist of a polystyrene liner or other such energy absorbing material and include a Thermal Plastic Liner (TPL) or Oregon Aero Zeta Liner and Hush Kit with Barium pads for additional protection and fitting. The helmet shall have dual visors with the inner visor being clear and the outer visor being dark or “smoked.” Visors shall be housed (protected) to keep dirt or obtrusions from scratching them. An NVG quick attachment plate for the ANVIS 6 and 9 will be included along with all additional hardware for attaching these devices. The helmet shall have a military style Electret boom microphone and a 300-Ohm high impedance speaker system. The helmet shall have a retention system in line with the Military Specification referred to above but shall also incorporate a quick release chinstrap system such as a snap, Alpha buckle or other similar device versus a standard D-ring assembly. The helmet shall be field maintainable and user friendly. Sizing, inspection and repair shall be straightforward and support modular replacement of parts. Training of up to twelve individuals shall be provided by the vendor. This training shall consist of but is not limited to, the proper sizing, wearing, inspection, maintenance and repair of the helmet. Training shall take place at the Bureau of Immigration and Customs Enforcement facility in Dallas, TX. Training shall be completed in one day during two (2) four-hour sessions on a date and at times that shall be mutually agreed upon at time of contract award. Helmets must include user’s manuals as well as any and all inspection and repair manuals necessary for each of the sites where the new helmets will reside. Any and all changes to these manuals shall be promptly mailed to the individual sites upon publication. Helmets shall be equipped with or have some sort of protection when not in use. This may consist of a “sock” or helmet bag. The bag shall be large enough for additional material and shall have carrying straps or handles. The bag shall be military green, blue or black in color and shall be of such substantial strength and durability as to last at least two years under normal wear and tear. All electronic parts in the helmet shall be of military specification and should be readily available. Spare/replacement parts shall be easily accessible and in no way impede or hamper the capability of the Office of Air and Marine Operations to perform its mission. Initial delivery of at least one-half of the total helmet purchase shall be within twelve weeks of contract award. The delivery dates for the remaining other half of the helmets shall be mutually agreed upon at time of contract award. Delivery of the helmets shall be F.O.B. origin. The Government shall use a commercial bill of lading to execute delivery of the helmets to a designated place agreed upon by the provider and the Bureau of Immigration and Customs Enforcement- Office of Air and Marine Operations. Therefore, Helmets shall be packaged/palletized as necessary in order to allow for shipment via a common carrier. Inspection and acceptance shall take place at destination. The warranty provisions for both the helmet and helmet bag (if quoted) shall be the contractor’s commercial warranty. The provision at FAR 52.212.-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition, the specific evaluation criteria relating to paragraph (a) of the provision are price and technical (ability of offeror to meet the Government’s specification) and technical is more important than price. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items shall be part of the quote submission. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to acquisition along with the following FAR clauses cited within this clause; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. All quotes are due on or before 8/7/03, 3:30 PM Eastern Standard Time, to the Procurement Division. Responses may be submitted to the Contracting Officer via email, or hard copies may be delivered to the office address identified elsewhere in this announcement.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/CS-03-060/listing.html)
 
Record
SN00380630-F 20030725/030723224305 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.