Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
MODIFICATION

42 -- BALLISTIC ARMOR

Notice Date
5/20/2004
 
Notice Type
Modification
 
NAICS
448110 — Men's Clothing Stores
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 2010 Corporate Ridge Suite 750, McLean, VA, 22102
 
ZIP Code
22102
 
Solicitation Number
1069-4G7019
 
Response Due
5/24/2004
 
Archive Date
6/8/2004
 
Point of Contact
Douglas Stuck, Sourcing Agent, Phone 301-788-3839, Fax 703-385-9211,
 
E-Mail Address
doug.stuck@fedbid.com
 
Small Business Set-Aside
Total Small Business
 
Description
CHANGED: THIS RFQ IS 100% SMALL BUSINESS SET-ASIDE. PLEASE DIRECT ALL QUESTIONS TO FEDBID.COM AT 1-877-933-3243 (877-9-FEDBID) OR CLIENTSERVICES@FEDBID.COM. 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 reference number is 1069-4G7019 and is issued as a request for quotation (RFQ). THIS RFQ IS 100% SMALL BUSINESS SET-ASIDEALL ITEMS MUST BE DELIVERED BY JUNE 15, 2004, NO EXCEPTIONS. IF YOU CANNOT DELIVER WITHIN THAT TIMEFRAME, DO NOT BID. FOB Destination shall be SPRINGFIELD, VA 22153. We anticipate award for this purchase order to be on or before MAY 30, 2004. The government plans to award a commercial item purchase order to the bidder with the most advantageous bid to the government based on both price and delivery capability. Therefore, all bidders MUST submit their best price and best delivery capabilities through www.FedBid.com. The U.S. Department of State, requires the following EXACT MATCH TO THE FOLLOWING SPECIFIACTIONS AND PART #: LINE ITEM 001: Gentex Corp. GTX2000 Custom Helmet with Cover, Tan: Combat helmet with custom helmet cover must meet or exceed the DBT Standard for Combat. Effectiveness, Spec 1.02B1, Combat helmets: Optimization of peripheral vision; with no impairment of user?s vision by either suspension straps or ballistic material. Must have rear (back of neck) stabilizing strap incorporated into suspension system. Ability to decontaminate helmet shell of chem-bio contaminates. 24 hour field wear test under combat conditions. Layout of the weight as well as physical properties of the material of the pad must increase the shock resistance by 50% over traditional combat helmets. NBC equipment and Gas Mask compatible in 8 hour wear test. Must be compatible with SFCTB, Special Forces Communications System in current use with US Military Special Operations Units. Must allow user full range of motion in both lateral and horizontal directions during dynamic motion while remaining stable and secure. Compatible with Low Profile NVG Goggles while utilizing helmet mounted PCS=7, PVS-4, PVS-15, PVS-17. Balanced while user utilizes helmet mounted NVG goggles in either the strap or screw mounted configuration. Presentation of shoulder fire weapon: Allows the ability to establish a consistent and reliable cheek weld during the presentation of shoulder fired weapons. Does not pull or snag on facial hair. Available Colors: Black or Olive Drab. The BattleLab helmet cover must fit the helmet with Velcro attachment, goggle retention strap, must be compatible with the DS NVG helmet mount. Available Colors: Black, Camel Tan, Olive Drab. QTY 250 EA. LINE ITEM 002: Victory Ballistic Body Armor: BattleLab Victory Body Armor: ballistic body armor rated at the Level IIIA NIJ standard 0101.04. The Victory is made of high density 1000 denier nylon for durability and long lasting reliability. The Victory has a drag handle rated to 750 lbs. The Victory is easily adjustable while user is wearing the vest. The Victory allows front and shoulder adjustments fit the 95th percentile of most users. Front cumberbun easily adjustable and is replaceable in case of long term wear on vest. Exterior plate pockets allow user to accept 8x10 and 10x12 ballistic plates without having to remove soft ballistic panels. Velcro ID strip at top front of vest is used for placing flags, blood types and other forms of ID that the user may see fit to have on his or her person. Ballistic specifications: Model # LTA-3A. Meets NIJ standard 0101.04. Rated NIJ Level IIIA. Ballistic Material 100% Araid. Areal Weight 1.40 lbs. Psf. Thickness 0.25?. Average Backface 9MM-28/.44MAG 38. The Victory is based on the current State Department issued tactical vest used within Diplomatic Security called the RBS-Predator. QTY 250 EA. LINE ITEM 003: Level 3+ Plates S-3L: Operator Cut, 10x12?, wt 6.5 lbs., Must meet NIJ Level 3A plus the following: 5.56x45 M193 Ball, 5.56x45 M855, NATO Green Tip, 5.45x39 Soviet Ball, 7.62x39 Mild Steel core, 7.62x51 M80 Bal, Thickness 5mm. QTY 200 EA. Offerors are cautioned to address each specification completely when submitting their bid. Offerors that do not address each specification fully may be rejected without further consideration. NOTE: Offerors quoting the product that are not the manufacturer or an authorized distributor of the brand name product MUST submit a signed letter from the manufacturer of the brand name product stating the following: ?MANUFACTURER, has agreed to supply brand name product to YOUR COMPANY for the purpose of providing the supplies to the DoS.? Letter MUST be on the manufacturers company letterhead and submitted to FedBid?s Clientservices division prior to the closing date. This must be provided in order to be considered for award. NO EXCEPTIONS. The Government intends to conduct an on-line competitive reverse auction to be facilitated by a third-party reverse auction provider, FedBid.com. FedBid.com has developed an on-line, anonymous, browser based application to conduct the reverse auction. All part numbers and functional specifications are provided on FedBid.com. Participants will submit a series of quotes, which descend in price during the specified period of time. All responsible sources MUST submit a quote/offer to the US State Department using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on line for 1069-4G7019. Offerors that are not currently registered to use FedBid.com Exchange should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID or via email at ClientServices@FedBid.com. The Government is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, competed, real-time quotes for products. Offerors may not artificially manipulate the price of a transaction by any means. It is unacceptable to place bad faith bids, to use decoys in the bidding process or to collude with the intent or effect of hampering the competitive bidding process. The reverse auction will start on THURSDAY, MAY 20, 2004 on/about 1300 ET, and end on MONDAY, MAY 24 2004 at 1200 ET. 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). FEDBIZOPPS note code 1 applies. Should Offerors require additional clarification, contact FedBid.com at (877) 9FEDBID or clientservices@fedbid.com, OR Ms. BERNICE BARNES AT BARNESBL2@STATE.GOV.
 
Place of Performance
Address: SPRINGFIELD, VA
Zip Code: 22153
Country: USA
 
Record
SN00589396-W 20040522/040520211807 (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.