Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

84 -- ACH HELMET STRAPS

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W68KCW80701009
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
Point of Contact
Fredesvin Quintana, 1(253)512-8309
 
E-Mail Address
Email your questions to USPFO for Washington
(fredesvin.quintana@wa.ngb.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W68KCW80701009 is issued as a Request for Quote (RFQ). This request for Quote is due by 7 APRIL 2008, 12:00pm (local time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 315999. The United States Property and Fiscal Office of the Washington Army National Guard is solici ting quotes to procure the following supply or services: CLIN 0001: ACH (ADVANCED COMBAT HELMET) STRAPS 5000 EA. MSA TC 2000 Series, ACH and Commercial ACH OR EQUAL STRAP REQUIREMENTS Syste m- The helmet retention system shall consist of a 4-point chinstrap and nape pad. The chinstrap shall have four adjustment points, one on each leg. An open chin cup shall be utilized. The nape pad shall have a side-to-side cinching adjustment. Attac hment points and hardware- Four attaching points shall be used for the chinstrap/nape pad, two on the front half of the helmet and two on the rear half, each symmetric about the helmet mid-sagittal centerline. The attaching hardware shall be replaceable (i .e. not permanently part of the shell). The attaching hardware shall interface with the webbing and firmly hold it in place. It is desired that a coin be able to remove and attach the hardware. Low profile attaching hardware is required. There shall be no exposed sharp edges on the attachment hardware, either on the inside or outside of the shell. System materials/components- Materials used in the retention system shall be suitable for use, including prolonged skin contact, and be comfortable. <BR >Static pull strength- No component of the retention system shall fail, the retention system closure device shall not release (open), and the webbing shall not slip when subjected to a load of 150 lb. Dynamic strength- No component of the retention system shall fail when subjected to a 25 ft/sec drop. Launder ability- Chinstrap shall be launderable with soap and water. No component shall show any signs of structural, visible or operational degradation or physical damage as a result of 20 laund erings. Colorfastness- The textile materials used in the helmet shall exhibit colorfastness to laundering, crocking, perspiration, and water. The offeror must be registered on the Central Contractors Registration database (CCR). Info rmation concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contra ct. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer. All FAR clauses may be viewed in full text via th e Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.212-1, Instructions to Offerors-Commercial items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212 -3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev) , Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-2 1 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.233-3 Protest After Award, 52.252 Clauses Incorporated by Reference (http:// farsite.hill.af.mil), 52.222-35 Equal Opportunity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy Ammerican Act, applies to this RFQ. Point of contact: Fred Quintana at 253-512-8309. Quotations c an be emailed to fredesvin.quintana@wa.ngb.army.mil
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN01542217-W 20080328/080326224536 (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.