Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

84 -- Body Armor

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
ZIP Code
63010-6238
 
Solicitation Number
HM1575-07-T-0015
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
Point of Contact
Jolanda Lawrence, Purchasing Agent, Phone 314-263-4211, Fax 314-263-8024,
 
E-Mail Address
Jolanda.A.Lawrence@nga.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 423490. The reference number for this Request for Quote (RFQ) is HM1575-07-T-0015. NGA plans to issue a firm fixed price purchase order under FAR Part 12 and 13. The requirement is for the following items: 1) Body Armor- Medium in Size: Quantity: 85 each 2) Body Armor- Large in Size: Quantity: 10 each Delivery: 30 days after award Specifications indicated below must be met: The resultant contract will be awarded on a best value basis. Evaluation Criteria factors to be applied are as follows: 1. Coverage: A. Lightweight (3-6 lbs), B. Comfort Characteristics: (1) Shirttails, (2) Side Anchors, (3) Broad Shoulder Straps, (4) Anchored Armor, and (5) Overlap of Side Panels, 2. Armor Protection: A. Flexible B. Bendable (moves with wearer), and C. Moisture/Element Protection, 3. Trauma Plates: A. Removeability B. Semi-Rigid, 4. Local Representation: A. Availability of Product Assistance B. Information regarding timing for measurements, and C. Procedures for follow up measurements when vests do not fit properly. All specifications called out below must be met. Vendors determined to be in the competitive range will be contacted to supply a Bid Sample. Samples will be kept for approximately 1 week and then returned. General Quality Requirements: All materials are to be clean, brand new and free of any defects. All workmanship is to be of first quality. The Agency shall have the sole right to determine if this and all other requirements have been met. Origin of Manufacture: Only vest assembled entirely by United States citizens or persons who have legally immigrated and/or applied for United States citizenship will be considered for purchase. Design Requirements: Concealable soft body armor intended for primary use as an undergarment worn concealed by a uniform or other type of shirt. This ballistic vest shall consist of two primary components- the ballistic panels enclosed by a protective Ballistic Panel cover and the Ballistic Vest Carrier or "outer-shell". General Design and User Coverage. The soft body armor must provide maximum practical coverage for male and female officers for everyday wear. However it must not bind or restrict user mobility or wearability. The intent is provide full wrap, or overlap protection of the torso-coverage is to the maximum available consistent with wearability needs. The soft body armor is defined as a vest with "full wrap" side panels that provide "overlap" protection. Suitable relief of not more than 1 inch should be allowed between the bottom edge of the vest and the gun belt when standing so that no binding occurs when the Officer is in the sitting position. Ample relief must be provided in the armpit region for maximum mobility and a 2" or 3" scoop neck must be provided to maintain concealability and prevent the armor from showing when worn under a shirt with an open collar. Ballistic Panels: The back and front armor panels should be one piece units made of Kevlar or Twaron/LFT Protexa and foam weave armor. The armor must meet or exceed National Institute of Justice (NIJ) 2005 Interim standards and preferably have MilSpec certification for Threat Level II protection from multiple hits and must have concurrent V-50 Ballistic Limit "benchmark" testing with the NIJ 2005 Interim testing and proof of certification and test reports must be submitted with this bid. Level II Lbs/ft2(.83) Thinness(.29 inches) V-50 9mm (1540) V-50 .357 (1562)Backface 9mm (23.5) Backface .357 (32.38) Ballistic Panel Covers The armor must be contained in a heat sealed high elastic hydrolysis/microbial resistant polyurethane outer membrane such as VisiBALLISTICS(patent pending)that is opaque on one side and clear on the other. The membrane must be aromatic polyether polyurethane film/sheets with high crystallinity that facilitate bonding to substrates with water based adhesives. Additional properties are functional flame retardant, high moisture vapor transfer rate and functional static dissipation. This will provide the ballistic armor with added protection from moisture and odor while permitting a "Self Check" visual inspection system. The ballistic covering (membrane) must be sealed by ultrasonic welding to prevent moisture penetration of the armor fibers. The sonic seaming must hold fabric together as such tensile strength of seal is greater than the components on their own. You must not be able to pull seam or weld apart once the materials are sonically sealed or welded. The membrane must have Velcro tabs that can attach to the inside of the inner face of the carrier for stability of the armor panels must be contained. There must be an additional soft trauma plate which also meets or exceeds NIJ standards and having concurrent V-50 "benchmark" testing to fit in the carrier front as described below. Included in bid material, minimum testing must be conducted and written verification sent in of below testing. Specific Gravity: ASTM Test Method (D-792)and Value 1.12, Durometer (Shore A): ASTM Test Method (D-2240) and Value (86.88), Ultimate Tensile Strength: ASTM Test Method(D-882) and Value (8,300 psi), Ultimate Elongation: ASTM Test Method (D-882) and Value550%), 50% Modulus (ND/CD Ave): ASTM Test Method (D-882) and Value (950 psi), 100% Modulus (MD/CD Ave: ASTM Test Method (D-882)Value (1,200 psi), 300% Modulus (MD/C Ave): ASTM Test Method (D-882)and Value (2,800 psi), Tear Resistance (MD/CD Ave): ASTM Test Method (D-1004) and Value (450 psi),and Approximate Yield (Sq. ft/lb @ 1 mil: Value (170) Ballistic Panel labels: Concurrent with the NIJ-STD-2005 Interim Requirement, each ballistic panel shall have a label that contains the Manufacturer's name, Threat Level, Size, Model, Lot and Serial Numbers, Date of Manufacture, Strike Face, Care instructions, Certification of Compliance and required warnings on vest limitations according to the NIJ-STD-2005 Interim Requirements. Ballistic Panel Concealed Label: Each ballistic vest must also contain a concealed label to enable future tracing of the panel by model, serial and lot number, and date of manufacture. Ballistic Vest Carrier: two black in color VERTEX multi adjustable carriers will be issued with each vest. Each carrier must have two stealth plate pockets so that the wearer has the option of using either a standard 5x8 inch (13cmx20cm) or an optional 7x10 inch (18cmx25cm) armor plate. Materials used in the construction of the carriers? inner face must be a knit mesh with moisture management, anti-odor, microbial properties on the body side and have Velcro tabs to hold the upper (shoulder) wings of the armor in place and contribute to the stability of the armor in the carrier. The Face (outer) side of the carrier must be constructed with 75Dx75D Super Mini-Ripstop made of 1005 polyester. The material must have a DWR finish and weight of 2.7 oz/yd2 with a breaking strength of 160.5#/inch warp and 102.4 inch fill. Wear abrasion on this fabric must exceed over 20,000 cycles and have a shrinkage warp of 0.8% and 0.4% fill. Carriers should have a four point Velcro strap system with the side straps no narrower than four (4) inches and no wider than four and one half inches (4 1/2) to permit proper and secure fitting. All carriers must come with attached shirttails; have zippered access slots for the removal and insertion of the armor panels, not Velcro, except for the torso trauma plate pouch which should be Velcro sealed. Product Consistency: The manufacturer must warrant that all shipments of each certified model will be identical in design and construction to that which was originally certified. The manufacturer and NIJ must have retained samples from the original certification for verification and/or inspection. No substitutions will be allowed without prior approval of both the Agency and the End User Action Officers. Serialization: All vests must be serialized, 100% inspected and traceable. All procedures and quality data must be available to the Agency for inspection upon request. Fiber and Fabric Properties: Each lot's critical fiber properties (denier, # of filaments, fiber type, tenacity, and elongation at break) must have been certified by the fiber manufacturer. Each lot?s critical fabric properties (weave, warp & fill ends/inch, basis weight, thickness, yarn and fabric tensile properties, 9mm and .357 Magnum V-50 ballistic limits) must have been certified by the fabric manufacturer. Manufacturer Property Checks: The vest manufacturer must also recheck critical fabric properties (fiber/fabric property certifications, weave type, warp and fill ends/inch, basis weight, and 9mm/357 magnum penetration resistances) of each shipment received prior to its use in manufacturing ballistic vests. Continued Performance: The manufacturer must warrant that the NIJ certified model will continue to perform at its established V-50 Ballistic Limit Levels, as demonstrated by independent laboratory tests, within a normal variation of +/- 3%, throughout the five year service life of the vest. Plant Inspections: The manufacturer must allow unannounced plant and data inspections if the Agency wishes to conduct them, at any time during or after the production of the Agency's vests. (Note: All Agency plant visits and/or ballistic tests will be paid for by the Agency.) PRODUCT WARRANTY and CUSTOM FIT Vest Performance Warranty: Assuming normal use and lack of abuse, each vest must be warranted to provide protection as stated on the protective panel and to be free of defects in material and workmanship for a period of five (5) years from the date of purchase. Outer carriers must be guaranteed against defects in workmanship for eighteen (18) months from date of purchase. Custom Fit: Each vest must be custom fit and made to measurements. All measurements must be performed by factory trained personnel. If a manufacturer is bidding directly, a detailed service plan for Agency fitting and provisions for local customer service must be provided with this bid. All fittings must be on site. Fit Guarantee: The fit of custom measured vests must be guaranteed. Bidder and/or manufacturer must agree to provide alterations or replacement free for 30 days after an officer receives his/her vest. Note: An Officer must not mark on vest or carrier prior to satisfaction of fit. Liability Insurance: Qualified bidders must have at least $24,000,000 in product liability insurance and write Agency as "Additionally insured" through their liability policy. A copy of the manufacturer?s liability insurance showing proof of Agency specific $24,000,000 additionally insured liability insurance must accompany this bid. If delivery can be made earlier their desired, please state in your quote. Delivery will not be an evaluation factor. Vendor shall quote all or none of the listed items. Delivery is FOB Destination. For items #1-2 delivery will be to: NGA Arnold, 3838 Vogel Road, Arnold, MO 63010. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 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, Affirmative Action 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 5:00 pm Central Daylight Time (CDT), 17 June 2007. Send all offers via e-mail to Jolanda.A.Lawrence@nga.mil or facsimile to 314-263-8024. Second Point of Contact to Patricia.L.Henson@nga.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM1575-07-T-0015/listing.html)
 
Place of Performance
Address: 3838 Vogel Road Arnold, MO
Zip Code: 63010
Country: UNITED STATES
 
Record
SN01340042-F 20070713/070711231715 (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.