Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

84 -- Body Armor

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-06-T-0132
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. In accordance with FAR 6.302-1(c ) the below Line Item(s) are BRAND NAME OR EQUAL. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request numbers are W81GNX62498002 and W90X0W6269000 as the solicitation is issued a s a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-12. (iv) This solicitation is being advertised to concerns who can meet Qualification Requirements. The associated NAICS code is 315299, and the small business size standard is 500 Employees. (v) This requirement consists of EIGHT Line Item(s): Body Armor. SUBMIT EMAIL REQUESTS FOR A COMPLETE DESCRIPTION TO THE CONTRACT SPECIALIST BELOW. (vii) Delivery is requested no later than 30 days from date of contract award. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this solicitation. (ix) The pro vision at 52.212-2, Evaluation  Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications  Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application  ORCA  at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquis ition: (5), (14), (15), (18-20), (22-24),(31) and 52.232-18 AVAILABILITY OF FUNDS (APR 1984): Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds fr om which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such avai lability, to be confirmed in writing by the Contracting Officer.(End of clause). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.243-1, Changes, applies to this acquisition. The clause at 52.249-1, Termination for the convenience of the government applies to acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Governm ent Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Federal Business Op portunity Numbered Note 29 applies; The proposed contract is set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered. (xvi) The solicitati on due date is 28 September 2006, 12:00 PM EST. (xvii) The assigned contract specialist is Mercedies Williams (Army Contractor), and can be reached at 703-428-4568 or email mercedies.williams@us.army.mil. You may fax your quotes to 703-428-4914. ISSUED BY: CDR, HQ-USAINCOM DUE BY: 28 SEP 2006/12:00 PM EST 8825 BEULAH STREET FAX: 703-428-4914 FORT BELVOIR, VA 22060 E-MAIL: mercedies.williams@us.army.mil ATTN: Mercedies Williams THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS REQUEST FOR QUOTE (RFQ) TO THE RESPONSIBLE CONTRACTOR WHOSE OFFER CONFORMS TO THIS RFQ AND WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT. PRICE, DELIVERY, WARRANTY and TECHNICAL CAPABILITY WILL BE T HE DETERMINING FACTORS FOR AWARD. AWARD WILL ONLY BE MADE TO CONTRACTORS REGISTERED ON http://www.ccr.gov and http://orca.bpn.gov ALL QUOTATIONS FOR EQUALS SHALL PROVIDE ALL SPECIFIC CHARACTERISTICS. PLEASE PROVIDE DESTINATION PRICING. CONTRACTOR NAME AND ADDRESS: __________________________________ __________________________________ __________________________________ DUNS:____________________________ CAGE:____________________________ Prices Good for ________ days Discount Terms: _____ % ________ days Net 30 Government Contract No:________________________ Expiration Date:________________ Total Bid:__________________________ Min/Max: _____________________ Free On Board (F.O.B) Point: _____________________________ (If, Destination Shipping/Handling Included in Unit Price) Warranty: __________________________________ FAX Number: ______________________ E-Mail Address: __________________________ Telephone Number: __________________________ Tax Payer Identification Number____________________ Section Supplies or Services and Price ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10 Each RTGS IIIA Body Armor Package includes 2 Carriers and Trama Plate; body armor fits into carrier Quantity Size Distribution; (2 Each) XL, (6 Each) L, and (2 Each) Med FFP Svs Carriers, Navy Carriers Color: Navy FOB: Destination PURCHASE REQUEST NUMBER: W80A1362470002 NET AMT W80A13624700020001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 11 Large Interceptor OTV Vest FFP Size: Large Large Interceptor OTV Vest (Color:Desert) NSN:8470-01-491-8080 FOB: Destination NSN: 8470-01-491-8080 PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 11 X-Large Interceptor OTV Vest FFP Size: X-Large Interceptor OTV Vest (Color:Desert) NSN:8470-01-491-8081. FOB: Destination NSN: 8470-01-491-8081 PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010002 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 11 XX-Large Interceptor OTV Vest FFP Size: XX-Large Interceptor OTV Vest (Color:Desert). NSN:8470-01-491-5866 FOB: Destination NSN: 8470-01-491-5866 PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010003 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 33 Enhanced Side Ballistic Inserts (ESBI) FFP Enhanced Side Ballistic Inserts (ESBI) (Color:Desert). One size fits all. NSN:8470-01-537-0524 FOB: Destination NSN: 8470-01-537-0524 PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010004 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 132 Level IV Hard Plates (10 x 12) FFP Level IV Hard Plates. P/N:MA0052. Required for the requested 33 sets Interceptor vests (4 each). FOB: Destination PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010005 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 12 Level IV Hard Plates (10 x 12) FFP Level IV Hard Plates. P/N:MA0052 Specifically for previously received Interceptor vests. FOB: Destination PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010006 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 33 Deltoid Auxiliary Protection System (D.A.P.S.) FFP Deltoid Auxiliary Protection System (D.A.P.S.) (Color:Desert). One size fits all. NSN:8470-01-520-7209 FOB: Destination NSN: 8470-01-520-7209 PURCHASE REQUEST NUMBER: W90X0W62690001 NET AMT W90X0W626900010007 Section Inspection and Acceptance INSPECTION AND ACCEPTANCE Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0005 N/A N/A N/A Government 0006 N/A N/A N/A Government 0007 N/A N/A N/A Government 0008 N/A N/A N/A Government Section Deliveries and Performance DELIVERIES AND PERFORMANCE CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30 Days ARO 10 CDR, 902ND MI GROUP FARABEE, JENNIFER B. 4554 LLEWELLYN AVENUE FORT MEADE MD 20755-5910 301-677-4904 FOB: Destination W80A13 0002 30 Days ARO 11 CDR, 704THMI BRIGADE PHILLIPS, DENNY 9805 EMORY FORT MEADE MD 20755-5930 301-677-0431 FOB: Destination W90X0W 0003 30 Days ARO 11 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W 0004 30 Days ARO 11 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W 0005 30 Days ARO 33 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W 0006 30 Days ARO 33 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W 0007 30 Days ARO 33 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W 0008 30 Days ARO 33 (SAME LINE ITEM 0002 ) FOB: Destination W90X0W Section Contract Administration Data CONTRACT ADMINISTRATION DATA 216202000000252035131075B0000252G46CCDPW80A1362470002CCDP46030093 AMOUNT: CIN W80A13624700020001: 2162020000002520421351970000026EU46CS5CW90X0W62690001CS5C46030093 AMOUNT: CIN W90X0W626900010001: CIN W90X0W626900010002: CIN W90X0W626900010003: CIN W90X0W626900010004: CIN W90X0W626900010005: CIN W90X0W626900010006: CIN W90X0W626900010007:
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01154992-W 20060928/060926221019 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.