Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

84 -- Body Armor

Notice Date
9/19/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N FORT MYER DRIVE, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
BodyArmor
 
Response Due
9/22/2008
 
Archive Date
3/21/2009
 
Point of Contact
Name: James Sisson, Title: Contract Specialist, Phone: 7038755260, Fax: 7038756085
 
E-Mail Address
sissonjc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number BodyArmor. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 94104_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-22 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Body Armor Vest: Small, NIJ level IIIa., 50, EA; LI 002, Body Armor Vest : Medium, NIJ level IIIa., 300, EA; LI 003, Body Armor Vest: Large, NIJ level IIIa., 300, EA; LI 004, Body Armor Vest: X-Large, NIJ level IIIa., 150, EA; LI 005, Body Armor Vest: X-Large (for 2XL Requirement), NIJ level IIIa., 50, EA; LI 006, Heavy Enhanced Small Arms Protective Inserts - METAL: Small, NIJ Level IV., 100, EA; LI 007, Heavy Enhanced Small Arms Protective Inserts - METAL: Medium, NIJ Level IV., 600, EA; LI 008, Heavy Enhanced Small Arms Protective Inserts - METAL: Large, NIJ Level IV., 600, EA; LI 009, Heavy Enhanced Small Arms Protective Inserts - METAL: X-Large, NIJ Level IV., 400, EA; LI 010, Advanced Combat Helmet, Medium, Size 8, NIJ Level IIIa., 50, EA; LI 011, Advanced Combat Helmet, Medium, Size 6, NIJ Level IIIa., 300, EA; LI 012, Advanced Combat Helmet, Large, Size 6, NIJ Level IIIa., 300, EA; LI 013, Advanced Combat Helmet, X-Large, Size 8, NIJ Level IIIa., 50, EA; LI 014, Advanced Combat Helmet, X-Large, Size 6, NIJ Level IIIa., 150, EA; LI 015, Delivery to Am. Embassy Baghdad, Iraq. NEED SOONEST AIR SHIPMENT TO EMBASSY BAGHDAD OF THE FOLLOWING QUANTITIES: 100 Vest Med, 100 Vest Lg, 200 Inserts Med, 200 Inserts Lg, 100 Helmet Med sz 6, 100 Helmet Lg sz 6. ALL REMAINING QUANTITIES SHOULD BE SHIPPED VIA SURFACE ASAP TO EMBASSY BAGHDAD., 1, Lot; For this solicitation, Department of State 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The Buy American Act (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. Per line item 15, Delivery will be an evaluation factor for award, along with other factors. Sellers are asked to specify their most competitive delivery ARO that can be guaranteed. All items must be proven to meet or exceed Military Specifications.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f19dcb7c511cf516bb8d601e81e5c3e9&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01675936-W 20080921/080919220346-f19dcb7c511cf516bb8d601e81e5c3e9 (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.