Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

84 -- This announcement is meant to maximize competition with commercial entities for an opportunity to supply NIB-associated non-profit agencies (NPA) with the ballistic insert of the NAPE Pad.

Notice Date
12/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Comm for Purchase from People Who Are Blind or Severely Disabled, Committee for Purchase, Committee for Purchase, 1421 Jefferson Davis Highway, Jefferson Plaza #2, Room 10800, Arlington, Virginia, 22202-3259
 
ZIP Code
22202-3259
 
Solicitation Number
CP-08-12-12
 
Response Due
1/8/2009
 
Archive Date
1/23/2009
 
Point of Contact
Joan Smith,, Phone: 703-603-2131
 
E-Mail Address
jsmith@abilityone.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is ( CP-08-12-12) as a Firm Fixed Price (FFP) type contract with fixed unit prices. The Government anticipates making contract award NLT 30 January 2009. •1. Background Through the Javits-Wagner-O'Day Act and the Ability One Program, National Industries for the Blind, hereinafter referred to as NIB, is the sole source for providing the Neck Armor Protective Enhancement Pad (NAPE) to the US Government (USG) and its subordinate agencies. This announcement is meant to maximize competition with commercial entities for an opportunity to supply NIB-associated non-profit agencies (NPA) with the ballistic insert of the NAPE Pad. The NAPE Pad is designed to protect combat soldiers' exposed neck areas from ballistic fragmentation and is functionally inte g r a t ed w ith the Improved Army Outer Tactical Vest (FQ/PD 07-05) and the Army Advanced Combat Helmet (CO/PD-05-04). Specifically, NIB is seeking commercial entities that have experience in providing ballistic inserts for the NAPE Pad that meet or exceed government specifications as outlined in GL-PD-08-09B (Dated 18 November 2008). The insert is comprised of two (2) key components: Ballistic Insert. The Armor Layer of the Ballistic Insert shall be comprised of contiguous layers of ballistic protective material cloth, sewn together in a single stack in a configuration that allows maximum flexibility and comfort for the wearer. The ballistic insert shall not exceed a m ax i m u m 0.30 inch thickness. Adjace n t la y ers wit h in t h e ballistic material system shall de m onstrate abrasion re s i sta n ce against each o t h er for a m i nimum of 2,000 cycles with no broken surface characteristic o r dela m i nati o n of abraded area when tested as specified. This require m ent applies to la y ers of homogenous filler, any two adjace n t la y ers of different m aterials if hybrid filler is u s ed a n d fill e r layer in contact with insert cover. •b. Insert Cover Material. The Insert Cover material shall be textured cloth with Durable Water Resistant (DWR) finish. The color of the insert cover material shall be black Specifically these inserts must: •a. Meet testing requirements set forth by GL-PD-08-09B (Dated 18 November 2008) paragraphs 3.12, 3.12.1 and 3.12.2. (Submittal of test reports from a Ballistic Laboratory certified by the National Industries of Justice is required.) Change: Submission of testing data accomplished by the organization to date (and sponsor) from previous contracts with direct relevance to this synopsis as well as either scheduled plan to test at a NIJ Facility independently or as part of the First Articles Process is adequate for this submission •b. Demonstrate both Fragmentation Protection as well as Handgun Protection as described in GL-PD-08-09B (Dated 18 November 2008), Section 3.12.1 and 3.12.2. Change: Submission of testing data accomplished by the organization to date (and sponsor) for the submitted pad as well as either scheduled plan to test at a NIJ Facility independently or as part of the First Articles Process is adequate for this submission •c. Meet weight, thickness, stiffness, flame resistance, finished measurements and verification standards as proscribed in GL-PD-08-09B (Dated 18 November 2008). Change: Submissions should call out changes in submitted samples and how the organizations will meet specifications for First Article Submission Please note that the preceding requirements are not being waived however in an effort to ensure the widest amount of competition and the shortened timeline for submissions NIB will allow the selected respondent the opportunity to meet the requirements outlined in GL-PD-08-09B (Dated 18 November 2008) through First Articles Testing as well as independent organization schedules. It is incumbent that respondents to this solicitation understand that should your organization be selected you will be required to meet all aspects of GL-PD-08-09B (Dated 18 November 2008) including ballistic protection, weight, thickness, stiffness, flame resistance, finished measurements and verification standards and assist NIB in the First Article Preparation phase of the acquisition process. •2. Scope of the Program: There is an opportunity for commercial entities to supply the complete ballistic insert (insert and cover) of the NAPE Pad to NIB's non-profit agencies who will then manufacture the external NAPE Pad cover and distribute the completed NAPE Pad to the U. S. Government. The Government's requirement at this time is for a quantity of 517,000 NAPE Pads to be purchased over a one year period. NIB's goal is to provide the US military and the Department of Defense with the best-performing NAPE Pad that meets or exceeds government specifications at a fair market price while creating the maximum possible amount of direct labor operations for the blind employees working in NIB-associated agencies. Therefore, your response to this Combined Synopsis/Solicitation should include the following: •1. Verification that your ballistic inserts meet or exceed government specifications as outlined in GL-PD-08-09B (Dated 18 November 2008). (Please provide copies of all test reports from a Ballistic Laboratory certified by the National Industries of Justice. If awarded a contract, you will be required to assist NIB in any First Article Preparation to include all applicable testing requirements for first article and production quantities as outlined in the specification. See changes above •2. Information pertaining to prior significant and related work experience or expertise in the area of NAPE Pads. Offerors shall provide the five largest accounts/contracts/projects within the last two years for which they have provided services and/or supplies of a relevant nature. Offerors shall include at least (2) points of contact and a telephone number for each account/contract, a description of the supply which was provided, as well as a brief performance history on each of those accounts/contracts. •3. Descriptions of production capacity and, if necessary, plans/timelines to increase capacity if you are awarded a contract. Because the government requirement is subject to change, submitted quotations should be based on an annual estimated quantity of 517,000 NAPE Pad components over a one year period. Alternately, pricing on quantity breaks can be supplied (for 200K, 400K and 500K units) with timelines given for moving from one quantity to next accompanying the pricing. •4. Submitted quotes that include both FOB origin and FOB destination pricing to Greensboro, NC and Morristown, TN. NIB understands that component pricing may vary from one supplier to another, however the production of the finished NAPE Pad will take place at the above listed cities. •5. Prices should include any royalties based on valid patents, if any. Your response should identify all pending patent applications and issued patents that you own or license from another party and reasonably believe cover your ballistic insert including specifying the application number and filing date of any pending patent applications and the patent number of any issued patents, respectively. •6. Assurance of control during transit (traceability). •7. Proposed packaging for shipment. The preference for this product is bulk. •8. Successful respondents will be required to enter into a written contract with NIB and/or its participating agencies that will incorporate some or all of the terms of your response to this RFQ, as well as other customary terms and conditions. Please forward your quote(s) along with 3 samples of pad sets and/or individual sub-components to each of the following: National Industries for the Blind 1310 Braddock Place Alexandria, VA 22314 Attention: Mr. Brian Hayes Lions Volunteer Blind Industries, Inc. 758 West Morris BLVD Morristown, TN 37814 Attention: Mr. Fred N Overbay Industries of the Blind, Inc. PO Box 2544 920 West Lee Street Greensboro, NC 27402 Attention: Mrs. Betsy Thorne •(a) National Industries for the Blind will award a contract resulting from this solicitation to the responsible offeror whose offer (conforming to the solicitation) will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical Capability and Price. When evaluating offers, technical merit is considered more important than price. As technical proposals become more equal price will be the determining factor. (b) Options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced (cost of ballistic insert versus total cost of NAPE Pad delivered to the USG). Evaluation of offers shall not obligate the Government to exercise the option. (c) All submissions must be received by close of business January 8, 2009 to the POC's listed above. Any further correspondence and/or questions regarding this announcement should also be directed in such a manner. Please note that final submissions by e-mail or fax are not permissible. 3. Clauses Incorporated by Reference 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.204-7 Central Contractor Registration JUL 2006 52.209-3 First Article Approval--Contractor Testing SEP 1989 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2007 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-1 Buy American Act--Supplies JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.229-3 Federal, State And Local Taxes APR 2003 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-15 Certificate of Conformance APR 1984 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999 52.249-2 Termination For Convenience Of The Government (Fixed-Price) MAY 2004 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2004 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JAN 2007 252.225-7013 Duty-Free Entry OCT 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) JAN 2007 252.246-7000 Material Inspection And Receiving Report JAN 2008 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 4. Clauses Incorporated by Full Text 52.211-16 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 2% Percent increase 2% Percent decrease This increase or decrease shall apply to CLIN TBD. •5. General Information : NIB reserves the right to issue the Combined Synopsis/Solicitation to other known suppliers of NAPE Pads and ballistic pad components. NIB understands that potential suppliers may have concerns related to patents or proprietary processes. NIB respects the valid intellectual property rights of others and will adhere to strict confidentiality regarding such.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e7530c36db0a853714161d6fbb9aace&tab=core&_cview=1)
 
Place of Performance
Address: Committee for Purchase From People Who Are Blind or Severely Disabled, 1421 Jefferson Davis Highway, Jefferson Plaza 2, Suite 10800, Arlington, Virginia, 22202-3259, United States
Zip Code: 22202-3259
 
Record
SN01723867-W 20081225/081223220300-9e7530c36db0a853714161d6fbb9aace (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.