Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
MODIFICATION

13 -- CIVIL DISTURBANCE EQUIPMENT FOR BORDER SECURITY FORCES & POLICE

Notice Date
5/22/2007
 
Notice Type
Modification
 
Contracting Office
Psc 115 - Rpso, Apo, AE 09213
 
ZIP Code
09213
 
Solicitation Number
07Q1009M001
 
Response Due
5/30/2007
 
Archive Date
11/26/2007
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 07Q1009M001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 332995 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-05-30 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Iselin, NJ 08830 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Riot control upper body protection system - Minimum Specification : Black in color fabric covering foam that provides protection from neck to waist, front and back and shoulders. Protection system designed to safely absorb blows delivered with blunt objects. Equivalent to: Gall's Catalog #TE316 , 3750, EA; LI 002, Forearm and elbow protectors ? Minimum Specification : Black in color, closed cell foam with hook and loop adjustable straps. May have outer hard shell. Provides protection from blunt force blows. May be purchased as separate items. Equivalent to: Gall's Catalog #TE260 , 3750, EA; LI 003, Knee, shin and ankle guards ? Minimum Specification : Black in color constructed of high impact plastic designed to absorb blows from blunt objects. Equivalent to: Gall's Catalog #TE163, 3750, EA; LI 004, Riot shield ? Minimum Specification : Clear polycarbonate, Dimensions approximately 48" H x 24" W x 0.15" D (Height is preferred 48"). Shield features two-piece breakaway strap with molded dielectric handle to prevent electric shock. Decal on face "POLICE". Equivalent to: Gall's Catalog #TE197 , 3750, EA; LI 005, Riot helmet with face shield and neck protector ? Minimum Specification : Must meet or exceed NIJ 0104.02 specifications for riot conditions and 0105.01 for crash conditions, as well as DOT FMBSS-218 specs for impact retention. Polycarbonate outer shell painted with scratch-resistant flat black paint. Cervical neck protector armored width ridged plastic plates encased in foam, inside liner of energy absorbing 1/4" thick polystyrene or similar material. Chin strap with quick release buckle and rubber chin cup. Flip-up polycarbonate face shield with clear optical grade finish. Visor must be fully adjustable with screw-in thumb knobs to securely alter position of visor as needed, outer shell painted with scratch-resistant flat black paint. Equivalent to: Gall's Catalog #TE256, 3750, EA; LI 006, Riot baton ? Minimum Specification : 36"L x 1 1/4", polycarbonate construction, will not warp, dent or splinter. Knurled grip at each end. Equivalent to: Gall's Catalog #BA020 , 3750, EA; LI 007, Handcuffs ? Minimum Specification : Feature a double lock system, heat treated chain, at least 19 locking positions, constructed of stainless steel or carbon steel with nickel finish. Handcuff key included. Equivalent to: Gall's Catalog #RS034 , 3750, EA; LI 008, Handcuff belt case ? Minimum Specification : Black leather with protective cover with snap closure, sized to fit item #9. Equivalent to: Gall's Catalog #LP148 , 3750, EA; LI 009, Duty belt ? Minimum Specification : Black leather, 2 1/4" W. Equivalent to: Gall's Catalog #LP145 , 3750, EA; LI 010, Belt keepers ? Minimum Specification : Black leather with double snap locking system, sized to fit item # 9 (pk of 4). Equivalent to: Gall's Catalog #LP150 , 3750, EA; LI 011, Baton holder ? Minimum Specification : Black leather, sized to fit item #7. Equivalent to: Gall's Catalog #LP153 , 3750, EA; LI 012, Gas mask, (with canister) ? Minimum Specification : Full open face unit, rated minimum protection against CN, CS, OC and P100 particulate efficiency level. Effective against chemical warfare agents: GA, GB, (sarin) VX, Mustard, Lewsite, exterior filter canister mount either side for shoulder weapons and ease of change. Equivalent to: Gall's Catalog #TE057 , 3750, EA; LI 013, Gas mask carrier case ? Minimum Specification : Must fit item # 13 and be designed to attach to duty belt and have upper thigh strap. Equivalent to: Gall's Catalog #TE210 , 3750, EA; LI 014, Gear bags ? Minimum Specification : Black heavy duty nylon or polyester, large sized designed to carry personal riot equipment including helmet; hook and loop straps on top to secure side handle baton, zipper top with large cargo handles, separate zipper storage pocket, minimum size: 16"H x 36"W x 11"D. Equivalent to: Gall's Catalog #BG135 , 3750, EA; LI 015, Oleoresin capsicum pepper spray ? Minimum Specification : 3% to 10% concentration formula with a non-flammable carrier and propellant, police squad defensive size containing at least 12oz of product and approximately 9" H x 3.5 "D, similar in size and construction to "First Defense" brand Mark 9 canister. Equivalent to: Gall's Catalog #SD089 , 1000, EA; LI 016, Megaphone ? Minimum Specification : 25W min output, with 115 db siren. Equivalent to: Gall's Catalog #AP101 , 500, EA; LI 017, Binoculars ? Minimum Specification : 10-40X60 Zoom or greater power, center focus, protective rubberized armor coating. Equivalent to: Gall's Catalog #BN001 , 500, EA; LI 018, Disposable double cuffs ? Minimum Specification : 1/2" wide, 350 lbs of tensile strength. Packages of 100. Equivalent to: Gall's Catalog #RS069 , 2000, EA; LI 019, Export-packing, handling and freight charges for delivery to ISELIN, NJ. , 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com 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 (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Victoria Villar-Demmer at villar-demmerv@state.gov or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 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 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. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. New equipment ONLY, NO re-manufactured products, and NO "gray market" item. Offer MUST be valid for 30 calendar days after submission. Vendor will be issued a Commercial Item Contract and will be paid i.a.w. the FAR (Federal Acquisition Regulations). Bidder to explicitly certify (1) warranty of goods covers Pakistan, (2) Offerors must submit sufficient documentation to demonstrate that offered items meets or exceeds the brand name or equal purchase description. DOS can not take responsibility for determining that none of the items that may fall under the ARMS EXPORT CONTROL ACT (AECA) AND INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR). Individual sellers are responsible for adherence to these lawas as there are penalties if the vendor violates these Laws and regulations. Partial shipment for a minimum of 1,500 each of item numbers 1 thru 14, and 50% each of items 15 thru 18 is desired 65 days after receipt of order. Subsequent deliveries shall be arranged between Contracting Officer Representative and contractor. Final delivery shall be made no later than 150 days after receipt of order. (i.e. TO ISELIN, NJ) If contractor cannot meet this delivery requirement, do not bid. No exceptions. DOS reserves the right to add quantities based on final price of items. Contractor must commit to adding quantities at final bid price. The deadline for submission of offers is hereby extended to Wednesday, May 30, 2007, 6pm EST. Bidder must submit extended product - info/data to demonstrate being responsive and price reasonableness. Failure to submit sufficient information to evaluate products as equals will result in removal from award decision. The Government will award a contract 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: 1. Technical: a) capability of the item offered to meet the Government requirement b) Warranty provisions c) Delivery time 2. Price 3. Past performance (see FAR 15.304). Price is more important relative to the combination of technical and past performance factors.
 
Web Link
www.fedbid.com (b-38643_14, n-6003)
(http://www.fedbid.com)
 
Place of Performance
Address: Iselin, NJ 08830
Zip Code: 08830-3015
Country: US
 
Record
SN01300201-W 20070524/070522220520 (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.