Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOLICITATION NOTICE

84 -- Modern Army Combatives Program Protective Gear

Notice Date
7/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, Bldg 2015 Box 339500, Ft Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W62SCH81750003
 
Response Due
7/28/2008
 
Archive Date
1/24/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, 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 W62SCH81750003 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423910 with a small business size standard of 100 employees. This requirement is a [ Small Business ] 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 2008-07-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, Punch Mitt Unique contoured shape allows for more control and gives the coach better leverage while working the mitts. The Panther Mitts promote proper alignment of the wrists, arms and shoulders so that the impact from the punches are naturally dispersed -not absorbed by the joints. Curved design fits the natural bend of a coach's hand more accurately and is a more correct fit for receiving a gloved fist. This is less tiring for the coach. Its concave shape maximizes the propensity for the athlete to hit the Sweet Spot. Special "snug fit" wristband is padded leather, so there are no straps to mess with and no elastic to wear. Color: Black only., 108, EA; LI 002, Training Gloves Sparring is an essential element of a solid training program and a necessity to perfect your craft. For such a vital practice, it is important to utilize the proper equipment, and no piece is more essential than your gloves. The gloves should protect you from injury; yet still allow unencumbered movement and flow of action. Safety Training gloves meet all the prerequisites required of a proficient sparring glove. They are made entirely of leather assuring a long, durable life. Multi-layered foam absorbs and dispenses shock to protect both your hand and training partner. An attached thumb aids in preventing additional injuries. The gloves are designed with a convenient wrap-around, hook and loop closure that adds support to the wrist. A grip roll on the palm side allows you the ability to make a tight fist while a vented palm aids in rapid drying. When packaged together, these individual features formulate an unbeatable piece of training equipment and they all come together in these training gloves. Sizes: 14, 16, or 18 ounce Colors: Black only, 108, EA; LI 003, Groin Protector No-Foul Protector offers an exclusive larger cup and a contoured 3-panel design with soft foam padding that allows for greater range of movement and a more natural fit. Provides comprehensive protection for the groin, hips, and kidney. Constructed with 100% top grade cowhide leather and special Tricot lining that dries faster and is more comfortable to wear. Hook and loop closure makes simple work of getting in and out of your protector and also provides easier adjustability. Colors: Black only. Sizes: XL x 16, LRG x 16, MED x 16 total QTY 48, 48, EA; LI 004, Head Gear Meets all USA Boxing specifications and is approved for competition. Extra padding and higher quality leather means more protection and longer durability. And a new padded chinstrap and ear openingadd an additional element of comfort and safety. Color: Black Only Sizes XL x 16, LRG x16, MED x 16 total QTY 48, 48, EA; LI 005, Big Pad Shield With handles on top and back for use with leg kicks and to stabilize movement. High-density foam construction for the intense impact of knees, shin, and leg kicks.100% powerhide with added durability in striking area. Special reinforced seams for lasting life under the stiffest competition. Size 5 1/2" x 17" x 24" Color: Red/Black, 108, EA; LI 006, Thai Pad Leather Thai Pads are thick riveted,with reinforced handles with two hook and loop security straps to hold the pad firmly against your forearm. All top grade leather, padded with thick fiber fillingwhich gives the most shock absorption and long-lasting durability possible. Color: Red/Blue. Size: 8.5 wide X 16" long X 4.5" tall., 108, EA; LI 007, Beretta Training 9mm red realistic 9mm Berretta gun - red in color, for realistic combatives training, rugged material to withstand abuse, 24, EA; LI 008, Training Knife Training knife- red in color with dulled metal edge, bi directional handle and sheath design for versatile carrying option., 24, EA; LI 009, Training M4 Training M4 red in color- made with rugged material, red for safety, realistic able to withstand countless abuse, 24, EA; LI 010, Blauer Suit, Large The Blauer Tactical Systems suit is State-of-the-Art force-on-force scenario equipment designed to help create the most realistic training experience. Custom athletic design ensures snug fit for maximum range of motion and protection. A complete suit contains 8 components. HIGH GEAR is perfect for all aspects of combatives, like prisoner handling drills & CQB to more conventional training like MMA, grappling, striking arts., 12, EA; LI 011, Blauer suit, Medium The Blauer Tactical Systems Impact Reduction suit is State-of-the-Art force-on-force scenario equipment designed to help create the most realistic training experience. Custom athletic design ensures snug fit for maximum range of motion and protection. A complete suit contains 8 components. HIGH GEAR is perfect for all aspects of combatives, like prisoner handling drills & CQB to more conventional training like MMA, grappling, striking arts., 12, EA; LI 012, Blauer Suit, XLRG The Blauer Tactical Systems Impact Reduction suit is State-of-the-Art force-on-force scenario equipment designed to help create the most realistic training experience. Custom athletic design ensures snug fit for maximum range of motion and protection. A complete suit contains 8 components. HIGH GEAR is perfect for all aspects of combatives, like prisoner handling drills & CQB to more conventional training like MMA, grappling, striking arts, 12, EA; LI 013, Combatives kit bag kit bag- to provide loadout of entire kit with document window and wrap around handles. 49"l x 17" w x 14"h, 60, EA; For this solicitation, USA ACA Fort Lewis 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 Fort Lewis 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date New equipment/parts only. No remanufactured products Offers will be evaluated based on price and delivery. Price is the most important factor The contract price includes all applicable Federal, state, and local taxes and duties FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof The cost of relocation of contractor employees and any other administrative travel (reference FAR 31.205-46) incurred in the performance of this contract shall be limited to the rates specified in the (1) Federal Travel Regulations, (2) DoD Joint Travel Regulations or (3) the State Department Standardized Regulations. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote Quoters are urged and expected to inspect the site where the work will be performed and to satisfy themselves regarding all general and local conditions that my affect the cost of award performance, to the extent that the information is reasonably obtainable. The purpose of this conference is to eliminate any possible misunderstandings of the terms of the solicitation. Prospective Quoters are urged to attend and submit any questions they may have in advance by e-mail to?????, Contract Specialist, by close of business on?????. Remarks and explanations at the conference shall not qualify the terms of the solicitation and specifications. Unless the solicitation is amended in writing, it will remain unchanged. (a) In no event shall failure to inspect the site constitute grounds for a claim or adjustment after award. (b) A site visit and pre-solicitation conference for work at Fort Lewis, Washington has been scheduled for ????? on?????. Participants will meet at Building?????. (c) Please contact ????? to inform him/her that you plan on attending the site visit at Fort Lewis, Washington, either by telephone at (253) 966-?????; by fax at (253) 967-?????. Please reference to solicitation number when calling or faxing (e) No other site visits will be authorized. Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive Is incorporated by reference and applies to purchase orders authorized for Advance Payment. Is incorporated by reference and applies to purchase orders authorized for Advance Payment. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. The contractor shall submit invoices as specified below: Original to:????? by e-mail to ????? Transmission may also be made by fax to: ????? Failure to submit copies to may result in delay in acceptance and payment. a) The Government Commercial Credit Card means the uniquely numbered credit card issued by the contractor, currently US Bank, to named individual Government employees to pay for official Government purchases. The contractor shall accept payment by the Government commercial credit card. All costs associated with the use of a Government credit card, e.g., transaction fees, must be included in the price for the appropriate CLIN(s). (b) The Government may use the credit card to pay for the fixed items and for oral or written delivery orders. "Oral delivery order" means an order placed orally either in person or by telephone, which is paid for by Government Commercial Credit Card. Individual oral credit card delivery orders shall not exceed $________. (c) The contractor, to whom this contract is awarded, shall not process a transaction for payment through the credit card clearinghouse until the purchased supplies h -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f540ff2bfba6e0a3591bfecd271fff3&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, WA 98433
Zip Code: 98433-9500
 
Record
SN01613892-W 20080717/080715221920-8f540ff2bfba6e0a3591bfecd271fff3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.