Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

84 -- Protective Combat Uniform

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
448190 — Other Clothing Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92237-07-Q-6002
 
Response Due
7/19/2007
 
Archive Date
8/1/2007
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATON WILL NOT BE ISSUED. The solicitation number H92237-07-Q-6002 is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. All responsible sources will be considered. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The US Army 7TH Special Forces Group, Bagram Airbase, Afghanistan has a requirement for the Protective Combat Uniform (PCU), Levels 5,6, and 7, in support of the current combat deployment to the Global War on Terrorism. REQUIREMENT: The Contractor shall provide the PCU, Ranger Green, 964 sets per each level, with the following specifications: CLIN 0001: Level 5 Jacket- lightweight soft shell, made to be durable with excellent resistance to abrasion and weather. 6.5-oz. 50-denier (Reinforcements: 7.8-oz. 175-150 denier) dobby weave, stretch-woven polyester bonded to 3D polyester knit interior; Deluge Durable Water Repellant (DWR). LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0001AA - 138 medium ___________ _____________ CLIN 0001AB - 207 large ___________ _____________ CLIN 0001AC - 475 x-large ___________ _____________ CLIN 0001AD - 144 xx-large ___________ _____________ TOTAL PRICE_____________ CLIN 0002: Level 5 Pants- soft shell pant, providing mobility, weather resistance and great breathability is made of 8-oz. Polartec Power Shield face with DWR, bonded to single-sided R1 Polartec Power Dry insulation. 4.9-oz. stretch Nylon is woven in seat and knees for durability. Insulation ends at mid-calf for less bulk over boots. Features a zippered map pocket on right thigh, water-resistant, easy-gliding ankle zip, two-way zip fly, attached, adjustable, drop seat suspenders and easy-gliding side zippers from waist to upper thigh for ventilation and drop seat capability. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0002AA - 138 medium ___________ _____________ CLIN 0002AB - 207 large ___________ _____________ CLIN 0002AC - 475 x-large ___________ _____________ CLIN 0002AD - 144 xx-large ___________ _____________ TOTAL PRICE _____________ CLIN 0003: Level 5 Guide Pants- pants are made of 6.6-oz. 50% nylon, 50% polyester stretch-woven shell bonded to a polyester knit interior with Deluge DWR finish. Inside, the polyester knit mesh adds warmth and speeds wicking. The offset front zipper won?t bunch up under a layering system, and the torso pockets actually stay open when you need to ventilate. Other features: easy gliding, water-repellant zippers; hood/hem draw cords that adjust from the inside pocket; a helmet-compatible three-way Optihull hood, and anatomically contoured Velcro? wrist closures. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0003AA - 138 medium ___________ __________ CLIN 0003AB - 207 large ___________ __________ CLIN 0003AC - 475 x-large ___________ __________ CLIN 0003AD - 144 xx-large ___________ ___________ TOTAL PRICE _____________ CLIN 0004: Rain Jacket- Made of 2.7-oz., 2.5 layer, 50 denier ripstop nylon with H2No HB (Highly Breathable) barrier and Deluge DWR (durable water repellant) finish, this jacket is a super light, versatile shell providing storm-level protection that is breathable and compressible. Technical, minimalist detailing includes skinny tape seams, coated zippers, a helmet-compatible, roll-down Optihull hood and pit zips. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0004AA - 138 medium ___________ __________ CLIN 0004AB - 207 large ___________ __________ CLIN 0004AC - 475 x-large _____________ ___________ CLIN 0004AD - 144 xx-large ____________ ____________ TOTAL PRICE _____________ CLIN 0005: Level 6 Pants- These are a light, packable, durable, and waterproof/breathable shell pant with stretch. Made of 2.5-layer 3-oz. 40-denier nylon ripstop with H2No Stretch Storm HB waterproof/breathable barrier with DWR and Reinforced Stretch Panels of 3-layer 5.1-oz. H2No Stretch Storm HB barrier. Features removable suspenders; two-way zip fly; zippered thigh pocket; reinforced stretch panels in seat and knees for enhanced movement and durability; elastic shock cord and two loops at cuff for attaching an under-the-heel cord. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0005AA - 138 medium ___________ _____________ CLIN 0005AB - 207 large ___________ _____________ CLIN 0005AC - 475 x-large __________ _____________ CLIN 0005AD - 144 xx-large__________ _____________ TOTAL PRICE _____________ CLIN 0006: Level 7 Vest- Made with 2.3-oz. Mini-ripstop polyester with DWR finish and 100-gram Thermolite. The lining is 1.7-oz. Nylon ripstop. It offers lightweight, compressible core warmth and works as a soft mid layer or wind-resistant shell. Features a full-length front zipper for easier on/off and ventilation; two zippered hand warmer pockets (one has an oversized pocket bag which serves as a stuff sack) and a chin flap with fold-over zipper cover for control. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0006AA - 138 medium___________ _____________ CLIN 0006AB - 207 large ___________ _____________ CLIN 0006AC - 475 x-large__________ _____________ CLIN 0006AD - 144 xx-large_________ _____________ TOTAL PRICE _____________ CLIN 0007: Level 7 Parka- Water-repellant, windproof, snag-resistant shell fabric is constructed of 1.5-oz. 30 denier high-tenacity polyester ripstop and quick dry Deluge DWR finish. Polarguard 3D insulation (4-oz. in the sleeves for flexibility, heavier 6.0-oz. in the body for torso warmth) is extremely warm for its weight, retains loft and thermal value when wet Oversized hood design will fit over alpine and ski helmets Large, exterior zippered chest pocket and two large interior mesh cargo pockets. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0007AA - 138 medium _________ _____________ CLIN 0007AB - 207 large _________ _____________ CLIN 0007AC - 475 x-large _________ _____________ CLIN 0007AD - 144 xx-large _________ _____________ TOTAL PRICE _____________ CLIN 0008: Level 7 Pant- Lightweight, windproof, water-repellant versatile insulation that?s compressible and warm. Fabric is 1.3-oz. 20 x 20 denier mini-ripstop nylon with Deluge DWR finish. Reinforcements: 1.8-oz. 40 x 40 denier dobby-weave nylon; Deluge DWR. Insulation: 2.7-oz. Polarguard Delta. Features: Elasticized waist with gripper elastic in back and hook-and-loop adjustment tabs; Zippered fly; Fully separating, two-way side zips; Reinforced seat and knees; Articulated knees; Reinforced elasticized cuffs with snap closures; Regular fit allows for underlayers. LINE ITEM # QTY UNIT PRICE TOTAL PRICE CLIN 0008AA - 138 medium __________ _____________ CLIN 0008AB - 207 large __________ _____________ CLIN 0008AC - 475 x-large __________ _____________ CLIN 0008AD - 144 xx-large__________ _____________ TOTAL PRICE _____________ DELIVERY: The Contractor shall provide, and identify in their response to this synopsis/solicitation their best delivery date. PRICE: Contractor shall provide a unit price and total price to include shipping charges to Fort Bragg, NC. DELIVERY/ACCEPTANCE: The contractor shall deliver the PCU?s to Fort Bragg, North Carolina. The exact delivery address will be provided to the successful offeror at the time of award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Special Operations Federal Acquisition Supplement (SOFARS) clauses and provisions are applicable to this acquisition. Full text of identified clauses and provisions is available for review at http://farsite.hill.af.mil 52.212-1, Instructions to Offerors-Commercial Items (Sep 2006) 52.212-2, Evaluation - Commercial Items (Jan 1999): Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) delivery. Technical acceptability is defined as the contractor's ability to meet, or exceed, the requirement. A best value award will be made to the vendor submitting an offer found to be most advantageous to the government, price and other factors considered. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause; 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006). 252.212.7000, Offeror Representations and Certifications-Commercial Items (Jun 2005) is applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their proposal. 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006), with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222.39, and 52.203-3 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/ (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.211-6, Brand Name or Equal (Aug 1999) 52.247-34, F.O.B. Destination (Nov 1991) 252.204-7004, Alternate A (Nov 2003) 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Nov 2006) with the following applicable clauses 252.225-7001 and 252.247-7023 Alt I 252.232-7003, Electronic Submission of Payment Requests (May 2006) 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992) 5652.204-9000, Individual Authorized to Sign (2003) QUOTES ARE DUE: Quotes shall be received at Unit 3-E, Camp Vance, APO AE 09354 ATTN: Michael W McNeill, not later than 2:00 p.m. EST, 19 July 2007. E-mail submissions are preferred. Offers shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit price and total price, (2) past performance information to include name, address, and phone number of at least three references, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and sent electronically to the contract officers address. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps. The point of contact for this requirement is MAJOR Michael W McNeill, Contracting Officer at mike.contracting@gmail.com (preferred) or Michael.w.mcneill@us.army.mil. The gmail account is the account of choice.
 
Place of Performance
Address: BLDG: H-5786, KNOX & KENDENBURG ST, FORT BRAGG, NORTH CAROLINA
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01330880-W 20070630/070628231944 (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.