Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

83 -- Aramid Body Armor Panels

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0489
 
Response Due
7/17/2006
 
Archive Date
7/18/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 315999 with a small business size standard of 500 employees. This requirement is a full and open competition. The U. S. Department of Commerce (DOC), The National Institute of Standards and Technology (NIST) has a requirement for 100 Aramid armor panels for use in validation of an artificial aging protocol for the next revision of the standard NIJ 0101.04. THE CONTRACT LINE ITEM NUMBER (CLIN) FOR THIS SOLICITATION IS AS FOLLOWS: CLIN 0001: Front panel of Aramid-containing soft body armor; Quantity: 100; Unit: Each. Absolute Specifications: 1. Body armor shall be complete with the standard armor panel covering material and carriers offered commercially. The ballistic element shall be made of 25 layers of 100% woven Aramid fiber--- no laminated materials. All construction methods shall be identical to those used for commercial offerings. 2. Body armor shall be of a model presently certified to the NIJ 2005 Interim Body Armor Requirements. 3. All body armor panels shall be of the size currently used for compliance testing under the NIJ 0101.04 2005 Interim Requirements. 4. All body armor shall be of the male type. 5. The body armor model shall have a four or more year history of use in the field. 6. The body armor model shall be compliant with NIJ threat level II. 7. The Contractor may leave certain identifying information (model and manufacturer) off of these armor panels. This armor is not intended for personnel protection or standards compliance surveillance. This armor is intended only to assist with establishment of artificial aging protocols. 8. For each spool of yarn used to produce the fabric from which the ballistic elements are constructed, the Contractor shall provide 40 yards of unwoven Aramid yarn from each package of yarn, along with detailed documentation explaining which packages were used to weave which fabric roll(s). 9. For each roll of woven Aramid fabric used to produce the 100 ballistic elements, the Contractor shall provide 10 linear yards of woven Aramid fabric from that roll, along with detailed documentation explaining which fabric rolls were used to construct each front body armor panel. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY; THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. EVALUATION FACTORS FOR AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1. Ability to meet required specifications. Factor 2. Price Factor 1 is significantly more important than Factor 2. Delivery shall be made within six (6) months or less after contractor acceptance of the order. The destination for shipment purposes of CLIN 0001 will be: NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; 52.219-8, Utilization of Small Business Concerns; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3 Alternate II, Buy American Act-Free Trade Agreements- Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be viewed at http://acquisition.gov/far/index.html. EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11) excluding past performance information. The quotation shall also include the offerors compliance testing results for NIJ 0101.04 2005 Interim Requirements, (maximum backface signature of 44mm or less is required) as well as the offerors analysis of v50 compliance testing data., See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically. The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to sherri.miller@nist.gov. Quotations must be received at those email addresses no later than 5:00:00 p.m. Eastern Time on July 10, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to sherri.miller@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within five days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors.
 
Place of Performance
Address: TBD
Country: USA
 
Record
SN01082621-W 20060707/060705220233 (fbodaily.com)
 
Source
FedBizOpps 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.