Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2003 FBO #0606
SOLICITATION NOTICE

13 -- Individual Protective Devices

Notice Date
7/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, FBI Academy/Property Procurement & Management Section, HRT Building, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQ-100576
 
Response Due
8/24/2003
 
Archive Date
8/25/2003
 
Point of Contact
Theresa Powell, Contracting Officer, Phone 703-632-1640, Fax 703-632-1607, - Theresa Powell, Contracting Officer, Phone 703-632-1640, Fax 703-632-1607,
 
E-Mail Address
tpowell@fbiacademy.edu, tpowell@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is RFQ-100576, and is being conducted as a 100% Small Business set-aside under the procedures of Part 12 and Part 13, test program. The North American Industrial Classification System (NAICS) number is 336214, the size standard is 500 employees. The RFQ incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2001-13. The Federal Bureau of Investigation intends to award an Indefinite-Delivery, Indefinite-Quantity, Firm-Fixed price type contract, for one year, with four, one-year options for Individual Protective Devices. The FBI reserves the right to make multiple awards based on this synopsis/solicitation, providing the Offeror meets all requirements listed below. The guaranteed minimum requirement is $2,500 over the life of the contract, and the maximum shall not exceed $500,000. The requirements are as follows: Contract Line Item (CLIN) #1-Individual Protective Device (IPD), 1 ounce is size, duty use; CLIN #2-IPD, ½ ounce, concealed carry; CLIN #3 –IPD Larger size, 6 ounces or larger, with lock-down capabilities; CLIN#4 – Holsters for the above IPDs. The specifications for the IPDs are as follows: IPDs shall contain between 5 and 5.5 percent Oleoresin Capsicum (OC) that is entirely natural pepper. Synthetic OC formulations are not acceptable. The preferred carrier for the OC is Isopropyl Alcohol. Greater weight during the evaluation will be given to the offeror who quotes this requirement. The OC utilized in the product must be a least 1.5 million Scoville Heat units. The OC shall not be blended with other chemical agents such as chloroacetophenone of O-Chloro-Benzylidene-Malononitrile. No known carcinogenic substance or hazards materials banned by the Environmental Protective Agency shall be present in the aerosol. The container color should be black, with a florescent orange dot on the label near the product brand name to indicate that the device contains OC. The IPDs shall be constructed of materials that are durable, and that can withstand daily carrying as a typical in law enforcement situations where rigorous activity is common. The IPDs should be actuated by depressing a trigger, other actuators may be considered. However, higher weight will be given to the offeror whose quote conforms to this requirement. The trigger, when released, shall stop the dispersion of the OC. The unit shall be capable of multiple shots. The IPDs shall have a label describing the contents (percentage by weight) and bear any appropriate warnings regarding the use of the device. This label shall also provide a scale to determine the remaining amount of aerosol left in the container. The amount of OC left in the unit can be determined by a float test in water using the scale on the label. CLIN #1 and #2--IPDs shall disperse a cone-shaped mist for a distance of 10-12 feet. At this distance, the diameter of the cone shall be no less than six-feet. CLIN# 3- IPD shall have an actuator that can be locked into position. The actuator shall also have the capability of being unlocked. This should not occur if the unit is tossed onto a hard surface. The IPD shall have a continuous spraying time of no less than 25 seconds, and no more than 45 seconds. The IPD shall have the capability to disperse OC into large indoor areas. The IPD shall be actuated by depressing a trigger or button and shall a safety system to prevent an accidental discharge. The IPD shall have features, such as a tube, which permits introductions of OC into an enclosed area. The tube size should equal the size of orifice ofd the unit to allow for quick dispersion. The IPD shall disperse a cone-shaped mist for a range of not less than 20 feet, and no more than 25 feet. At this distance, the diameter of the cone shall be no less than 12 feet. CLIN# 4-Holsters shall be constructed of nylon. The holsters shall incorporate a safety device to prevent accidental discharging of the IPD. The holster shall be equipped with a belt clip, designed to prevent the loss of the unit during a physical struggle. All IPDs shall have a shelf life of not less than three years, and the expiration date shall be marked on each IPD in a manner that the date will not be rubbed off from daily carry. This RFQ will be evaluated on an all-or-none basis. The provision at Far Clause 52.212-1, Instructions to Offerors (OCT 2000), and addendum is incorporated. ADDENDUM to 52.212-1, Modify (b) Submission to offers: “Submit signed and dated offers to the attention of Ms. Theresa M. Powell, Contracting Officer, FBI Academy, RFQ100576, HRT Building, Quantico, Virginia, 22135. The quotes shall include the Material Safety Data Sheets, 2 samples of each product being quoted, and laboratory reports regarding safety performance testing of the product. The laboratory report shall have been conducted by an independent laboratory. Any other related information on the product (i.e., training materials, videos, and instructor training) shall be provided with the offeror’s quote. The Offeror(s) quote shall identify any warranty on the IPDs. Modify (b)(10), The contractor shall provide the FBI with three (3) point-of-contacts on previous or existing contracts, either Government or Commercial, for the purpose of evaluation Past Performance. All quotes are due by 2:00 PM, EDT, 8/26/2003. Delivery of items under the contract shall be 30 days after-receipt-of-order. The delivery shall be FOB-Destination--CONUS, Hawaii, Alaska, Puerto Rico. All prices quoted shall incorporate destination charges and all taxes associated with the product. Incorporated by reference are FAR Clauses 52.212-4, Contract Terms and Conditions (FEB 2002), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (APR 2003), Subsection (a)-(1), (4-5), (9-17), (21), (24), and (26); and, (d). ADDENDUM to Clause 52.212-4, add 52.233-3, Protest after award (AUG 1996); 52.216-22, Indefinite Quantity (OCT 1995); 52.233-2, Service of Protest (AUG 1996), add: copies of protest to be forwarded to the Office of the Chief Contracting Officer, attention Anthony Baumann, FBI, 935 Pennsylvania Ave., NW, Room 6875, Washington, D.C. 20535-0001, telephone (202) 324-4182. You may fax your protest to his attention at (703) 632-1607. The Department of Justice, Justice Acquisition Regulation Clauses, 2852.233-70, Protests Filed Directly with the Department of Justice (JAN 1998); 2852.201-70, Contracting Officer’s Technical Representative (COTR) (JAN 1985). The FBI’s ombudsman for this solicitation is Mr. Joseph Ford, FBI, 935 Pennsylvania Ave., NW, Washington, D.C. 20535. ADDENDUM to Clause 52.252-5, Authorized Deviations in Clauses (APR 1984), is incorporated by reference and applies to FAR Section 9.104-1. Clause 52.212-3, Offerors Representations and Certifications (DEC 2001) apply. Each offeror shall include a completed copy of this clause with their quote. FAR Clause 52.212-2, Evaluation—Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. ADDENDUM: 52.212-2(a)—Award will be based on technical, past performance and price. Technical and Past Performance, when combined, are more important than cost or price. However, as quotes become more equal in their product merit and past performance, the evaluated cost or price becomes the determining factor. Past Performance will be based on telephonic performance evaluations received from previous contact provided in the quote. Any vendor not having government or commercial experience will be rated as “Neutral.” Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required. Website: FAR clauses WWW.ACQNET.GOV; DOJ clauses WWW.DOJ.GOV. See Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ-100576/listing.html)
 
Place of Performance
Address: FBI Academy Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00384191-F 20030728/030726222633 (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.