Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

84 -- Police Patrol Gear

Notice Date
3/13/2008
 
Notice Type
Modification
 
Contracting Office
Fort Drum DOC, Fort Drum, NY 13602
 
ZIP Code
13602-5220
 
Solicitation Number
W91KQB73217503
 
Response Due
3/13/2008
 
Archive Date
9/9/2008
 
Point of Contact
Name: David Warnick, Title: Contract Specialist, Phone: 3157729903, Fax: 3157729861
 
E-Mail Address
david.warnick@conus.army.mil;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 W91KQB73217503 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 2005-23. The associated North American Industrial Classification System (NAICS) code for this procurement is 922120 with a small business size standard of employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside 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 2008-03-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Duty Belt- Brand Name or equal to GALLS Molded Nylon Duty Belt product number NP487. Belts must be compatible in form, fit, and function with items 2-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of belts is black with 20 size small, 40 size medium and 60 size large. , 120, EA; LI 002, Expandable Baton- Brand Name or equal to GALLS ASP Electroless 21& Expandable Baton product number BA077. Baton must be compatible in form, fit, and function with items 1 and 3-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award., 120, EA; LI 003, Expandable Baton Holder- Brand Name or equal to GALLS Molded Nylon 21& expandable baton holder product number NP495. Baton holder must be compatible in form, fit, and function with items 1-2 and 4-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of holder is black., 120, EA; LI 004, Flashlight- Brand Name or equal to Streamlight Stinger Standard Charge Flashlight Galls product number FL125. Flashlight must be compatible in form, fit, and function with CLINS 1-3 and 5-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award , 120, EA; LI 005, Flashlight Holder- Brand Name or equal to Streamlight Nylon Stinger Holder Galls product number NP155. Flashlight holder must be compatible in form, fit, and function with items 1-4 and 6-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of holder is black., 120, EA; LI 006, Kevlar Gloves- Brand Name or equal to HATCH Friskmaster Max gloves. Gloves must be compatible in form, fit, and function with items 1-5 and 6-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Sizes of gloves are 20 small, 30 medium, 50 large and 20 extra large., 120, EA; LI 007, Glove Holder must be compatible in form, fit, and function with items 1-6 and 7-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of holder is black., 120, EA; LI 008, Holster- Brand Name or equal to BIANCHI Accumold Defender model number 7120. Holster must be compatible in form, fit, and function with items 1-7 and 9-16 to be worn as part of a complete set by an individual. Holster must be compatible with the M9 Beretta pistol. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of holster is black., 120, EA; LI 009, Magazine pouch- Brand Name or equal to GALLS molded nylon double staggered magazine pouch part number NP490. Magazine pouch must be compatible in form, fit, and function with items 1-8 and 10-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of pouch is black., 120, EA; LI 010, Key Holder- Brand Name or equal to GALLS molded nylon silent key holder NP484. Key holder must be compatible in form, fit, and function with items 1-9 and 11-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of key holder is black., 120, EA; LI 011, Belt Keepers- Brand Name or equal to GALLS molded nylon belt keepers part number NP485. Belt keepers must be compatible in form, fit, and function with items 1-10 and 12-16 to be worn as part of a complete set by an individual. All items offered as equal to the specified brand name must be GSA approved. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of keepers is black., 120, EA; LI 012, Lanyard- Brand Name or equal to BLACKHAWK Tactical Pistol Lanyard model number 90TPL1BK. Lanyard must be compatible in form, fit, and function with items 1-11 and 13-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. , 120, EA; LI 013, Clipboard- Brand Name or equal to GALLS street pro letter sized clipboard part number CP001. Clipboard must be able to hold at least 100 blank forms and be weather resistant., 120, EA; LI 014, Flashlight- Brand Name or equal to GALLS 2Cell LED Traffic Baton part number HS266. Flashlight color is black., 120, EA; LI 015, Body Armor- Brand Name or equal to GALLS lite extended body armor with goldflex part number BP329. Body armor must be threat level IIIA compliant. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of armor is black and sizes are 40 medium length, 60 large length, and 20 extra large length., 120, EA; LI 016, Trauma Plate- Brand Name or equal to GALLS IMPAC Special Threat Trauma Plate part number BP352. Body armor must be threat level IIIA compliant. Trauma plate must be compatible with item 15. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award., 120, EA; LI 017, Handcuff Holder- Brand Name or equal to GALLS molded nylon handcuff case part number NP241. Handcuff holder must be compatible in form, fit, and function with items 1-16 to be worn as part of a complete set by an individual. The manufacturer and part number of all items offered as equal to the specified brand name must be provided for verification and consideration for award. Color of holder is black , 120, EA; For this solicitation, USA ACA Ft. Drum 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. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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, notify the point of contact 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 Offeror must comply with the following commercial item terms and conditions. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (The full text of FAR Provisions may be accessed electronically at http://farsite.hill.af.mil/ ) , FAR 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offeror&s, FAR 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: Award shall be made to the low responsible, responsive quoter); 52.212-3 Offeror Representations and Certifications. DFAR Provision 252.209-7001 Disclosure of Ownership or Controls by the Government of a terrorist country, and Provision 252.212-7000 Offeror representation and certifications-Commercial Items. The Offeror must comply with the following commercial item terms and conditions. FAR 52.252-2, Clauses Incorporated by Reference (The full text of FAR and DFAR Clauses may be accessed electronically at http://farsite.hill.af.mil/), FAR 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.),FAR 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. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. DFAR 252.204-7004 Alt A, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders & Commercial Items, apply to this acquisition, DFAR 252.232-7010 Levies on Contract Payments, 252.209-7004 subcontracting with firms that are owned or controlled by the government of a terrorist country. The following Clauses cited within 252.212-7001 are applicable to this acquisition: 52.203-3, 252.225-7001, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. FOB Destination CONUS (CONtinental U.S.) The &FBO& provision located under the Contract/Bidding Req instruction is amended to change the following,this solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB). 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. All quotes received shall be valid for 45 days following the close of the bid. Standard delivery is 30 days after receipt of order. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-62993_10, n-11028)
(http://www.fbo.gov/spg/USA/DABJ/DABJ17/W91KQB73217503/listing.html)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01532542-F 20080315/080313231703 (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.