Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

84 -- Concealable Body Armor

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0409
 
Response Due
3/25/2005
 
Archive Date
4/24/2005
 
Description
<DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0409. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-01, effective 09 Mar 2005 & Class Deviation 2005-o0001 and DFARS DCN 20050222 Edition. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http:/! /www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339113 and the Small Business Standard is 500 employees. This is a 100% small business set-aside. The Fleet and Industrial Supply Center requests responses from qualified sources capable of providing concealable body armor as follows: Item 0001: Concealable Body Armor/Vests, Partial Coverage, Level IIIA . Each vest shall include and be fitted with a soft trauma pad and a cold pack for temperature control within the vest. Total Quantity ? 430 broken down as follows . Sizes: Medium/ Regular, Qty ? 140 ; Large/ Regular, Qty -180; X-Large/ Regular, Qty - 75; 20 XX-Large/ Regular, Qty - 20; XXX-Large/ Regular, Qty -20 Following are the minimum specifications/standards for technical acceptability: Threat Level: IIIA NIJ Standards Met/ Surpassed: 0101.03 or 0101.04 Poly/ Cotton cover (color: blue) Weight: No more than 5.50 lbs. Panel Thickness: No less than 0.25 inches Arial Density: No less than 1.18 lbs./ sq. ft. V-50: minimum of 1450 ft./ sec. BFS Avg.- 9 mm: Not to exceed 28.0 mm BFS Avg.- 44 mag.: Not to exceed 41 mm Note: The Armorlite Model # GP-1000-IIIA (Scorpion Partial Coverage Armorlite Package) is known to meet or exceed the above specifications/standards. However, other brands are acceptable, provided they satisfy the standards set forth herein. Delivery shall be 30 days after date of award. All supplies shall be delivered in accordance with this schedule. Delivery shall be made to the following location: Fleet and Industrial Supply Center Attn: Force Protection 850 Pacific Highway, BLDG 12 San Diego, CA 92101 The following FAR provisions and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Note: Offerors? attention is directed to FAR Part 4.1201 that states prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). The provision at 52.212-3 provides a single, consolidated list of certifications and representations for the acquisition of commercial items and is attached to this solicitation for offerors to complete the applicable portions and return with their offer); 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dev! iation); 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-37, Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by EFT-Central Contractor Registration. 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Additionally, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/; 52.214-31, Facsimile Bids: Facsimile Bids (Dec 1989) (a) Definition. ?Facsimile bid,? as used in this solicitation, means a bid, modification of a bid, or withdrawal of a bid that is transmitted to and received by the Government via electronic equipment that communicates and reproduces both printed and handwritten material. (b) Bidders may submit facsimile bids as responses to this solicitation. These responses must arrive at the place and by the time, specified in the solicitation. (c) Facsimile bids that fail to furnish required representations or information or that reject any of the terms, conditions, and provisions of the solicitation may be excluded from consideration. (d) Facsimile bids must contain the required signatures. (e) The Government reserves the right to make award solely on the facsimile bid. However, if requested to do so by the Contracting Officer, the apparently successful bidder agrees to promptly submit the complete original signed bid. (f) Facsimile receiving data and compatibility characteristics are as follows: (1) Telephone number of receiving facsimile equipment: 619-532-4957 (2) Compatibility characteristics of receiving facsimile equipment (e.g., make and model number, receiving speed, communications protocol): Brother Intellifax 5750e (g) If the bidder chooses to transmit a facsimile bid, the Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile bid including, but not limited to, the following: (1) Receipt of garbled or incomplete bid. (2) Availability or condition of the receiving facsimile equipment. (3) Incompatibility between the sending and receiving equipment. (4) Delay in transmission or receipt of bid. (5) Failure of the bidder to properly identify the bid. (6) Illegibility of bid. (7) Security of bid data. (End of Provision) Additional contract terms and conditions applicable to this procurement are: 252.204-7004 AlT1, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) Alternate I 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2005) (___ Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The following local clauses also apply: L331, Review of Agency Protests; L332, Unit Prices; L334 Instructions to Offerors/ Quoters Concerning Reverse Auction (included in full text at the end of this combine synopsis/ solicitation). For complete text of local clauses, you may contact Laura Maxwell at laura.Maxwell@navy.mil. All questions in regard to this combined synopsis/ solicitation must be submitted via e-mail to laura.Maxwell@navy.mil within two days after posting of this notice to NECO/FEDBIZOPS. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is determined to be the Low Price Technically Acceptable offeror. The following factors will be used to evaluate offers: (1) Technical Capability (2) Past performance (3) Price In order to be rated ?Technically Acceptable? overall, the proposal must be rated ?Technically Acceptable? in the evaluation factors Technical Capability and Past Performance. Offerors that are rated ?Technically Unacceptable? on Technical Capability will not be evaluated for Past Performance and will not be considered for contract award. (1) Technical Capability of the item(s) offered to meet the government requirement To be determined technically acceptable, the Offeror must meet all the minimum specifications/standards stated in the purchase description for Item 0001. Offerors shall (a) furnish technical information, which may include technical specifications, product literature/brochures and photos to demonstrates or confirm that the offeror meets all aforementioned minimum specifications and (b) provide a statement or explanation to demonstrate how it will meet the required delivery schedule. Failure to meet anyone of the minimum specifications and the required delivery date will render the proposal ?Technically Unacceptable?. (2) Past Performance Offeror's Past Performance information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for at least 3 of its most current and relevant contracts. Current is defined as a contract (or subcontract) in-progress or a contract (or subcontract) completed within the last 3 years. Relevant is defined as a contract that is current and also any Federal, State, or local government, or private contract that is for items similar and/or identical to those required under this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quotes which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. For each contract provided as a reference, the Offeror should provide the following information: CONTRACT INFORMATION Contract Number: Date Completed: Contract Type: Fixed Price Cost Reimbursement Other (Specify) Item Description and Quantity: Customer Name: Customer POC: (Person who can verify data) Address: Telephone: FAX: QUALITY NOTE: An explanation must accompany all answers with an asterisk(*). Was consideration or a monetary withhold for non-conforming supplies/services or late deliveries assessed against this contract? YES * (Explanation) NO Was/is any part of this contract terminated for default and/or in litigation? YES * (Explanation) NO Was any warranty work completed on delivered items? YES * (Explanation) NO Did you receive any quality awards in the past three years? YES * (List Awards) NO TIMELINESS Were all items delivered within the original contract schedule? YES NO * (Explanation) The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: (a) Neutral: Offerors without a record of relevant past performance history or for whom past performance information is not available may receive a neutral rating for past performance. The evaluation of past performance will take in account past performance information regarding timely delivery of a quality product conforming to the solicitation/contract requirements. The Government reserves the right to review past performance information and if deficient in demonstrating an "acceptable" risk, rate the past performance either as "neutral" or "unacceptable." The Offeror must provide the information requested above for past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. An Offeror failing to provide the past performance information or to assert that it has no relevant directly related or similar past performance may be considered ineligible for award. (b) Acceptable: The Offeror?s performance of previously awarded contracts met contractual requirements. The Offeror?s past performance record leads to an expectation of adequate performance, with little risk anticipated with delivery of a quality product, on time, or lack of customer satisfaction based upon the Offeror's past performance. (c) Unacceptable: The Offeror?s performance of previously awarded contracts did not meet most contractual requirements. Offeror?s past performance record leads to a strong expectation that successful performance will not be achieved. Significant potential risk is anticipated with delivery of a quality product, on time, and of degradation of performance based upon the Offeror's past performance. (3) Price (a) Price will be evaluated for reasonableness. Performance risk assessments may be conducted as appropriate in accordance with FAR 15.404-1(d)(3). The Government will evaluate quotes on the basis of total aggregate price of all items. The Government will evaluate quotes for award purposes by adding the total price for all items. Quotes shall: 1) Show the proposed unit price and/or extended price. In case of discrepancy between a unit price and an extended price, the unit price will be presumed to be correct. (b) An offeror must propose a price on all sizes/quantities. Any quote failing to do so will not be considered for award The Government intends to make a single award for all items. Note: In evaluating those quotes determined under Factor (1) to be technically acceptable, Factor (2), Past Performance, is approximately equal to Factor (3), Price. However, the degree of importance of price will increase with the degree of equality of the proposals with regard to Past Performance. Each initial quote should contain the Offeror?s best terms from both a price and technical standpoint. The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. After an initial evaluation of proposals in accordance with 52.212-2, FISC San Diego intends to conduct an on-line anonymous competitive reverse auction to be facilitated by a third-party reverse auction provider, Procuri.com (www.govauctions.procuri.com). This is a private reverse auction and only those offerors who are deemed to be technically capable of providing these items, after government evaluation, will be invited to participate in the on-line reverse auction. Procuri has developed an on-line, easy to use, browser based application to dynamically set prices for the procurement of goods and services. A complete description of the application may be accessed by clicking on the ?Company Information?, ?Registration?, ?Our Services? and ?Usage Guidelines? links from the procuri.com web page. For more information, see also the full text clause provided as an attachment, ?INSTRUCTIONS TO OFFERORS/QUOTERS CONCERNING REVERSE AUCTION?. All responsible Offerors shall submit quotes that include firm-fixed pricing, FOB Point, delivery time, payment/discount terms, all applicable technical documentation and information required by the solicitation and a completed Offerors Representations and Certifications. All quotes shall also provide a point of contact, name and phone number. Quotes must be received no later than 5:00 PM, PST, Friday, 25 March 2005 and will only be accepted via e-mail to laura.Maxwell@navy.mil or fax to the attention of Laura Maxwell at 619-532-4957. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Quotes received by regular mail will not be considered. All questions in regard to this combined synopsis/ solicitation shall be submitted in e-mail format to laura.Maxwell@navy.mil within three days after posting of this notice to NECO/FEDBIZOPS. Questions received thereafter will no longer be accepted. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. L334 INSTRUCTIONS TO OFFERORS/QUOTERS CONCERNING REVERSE AUCTION (APR 2002) (FISC SAN DIEGO)(SEE ATTACHMENT)
 
Web Link
Click here to learn more about FISC San Diego.
(http://www.sd.fisc.navy.mil/)
 
Record
SN00767133-W 20050313/050311212253 (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.