Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOLICITATION NOTICE

84 -- RIOT VESTS/HELMETS

Notice Date
1/5/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, 600 Thomas Ave, Unit 3, Fort Leavenworth, KS 66027
 
ZIP Code
66027
 
Solicitation Number
W918EL8350NF01
 
Response Due
1/12/2009
 
Archive Date
7/11/2009
 
Point of Contact
Name: William Webb, Title: Contract Specialist, Phone: 9136841623, Fax: 9136843858
 
E-Mail Address
william.king.webb@conus.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W918EL8350NF01. 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. 101183. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that 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 a [ Small Business ] set-aside 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 2009-01-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Leavenworth, KS 66027 The USA ACA Fort Leavenworth requires the following items, Meet or Exceed, to the following: LI 001, TACTICAL/ CORRECTIONAL HELMET W/SHIELD SM/MED S/M 6 3/4-7 1/4". See attachment for specifactions., 110, EA; LI 002, TACTICAL/CORRECTIONAL HELMET W/SHIELD L/XL 7 3/8-7 7/8. See attachment for specifactions., 30, EA; LI 003, BODY ARMOR,UPPER BODY AND SHOULDER XS/S, NIJ Standard Protection Measurement: 0115.00 for Spike Level 3 and Edged Weapon Level 3Construction: Water Resistant outer shell, nylon inner lining, Kevlar, open cell high-recovery foam. Blunt Trauma Protection: Chest, collar, shoulders. Spike Protection: Spike Level 3, Front, Side and Back. Closures: Adjustable side opening; adjustable abdomen belt with protective cover flap. Color: Black, 10, EA; LI 004, BODY ARMOR,UPPER BODY AND SHOULDER M/L, NIJ Standard Protection Measurement: 0115.00 for Spike Level 3 and Edged Weapon Level 3Construction: Water Resistant outer shell, nylon inner lining, Kevlar, open cell high-recovery foam. Blunt Trauma Protection: Chest, collar, shoulders. Spike Protection: Spike Level 3, Front, Side and Back. Closures: Adjustable side opening; adjustable abdomen belt with protective cover flap. Color: Black, 100, EA; LI 005, BODY ARMOR,UPPER BODY AND SHOULDER XL/3X, NIJ Standard Protection Measurement: 0115.00 for Spike Level 3 and Edged Weapon Level 3Construction: Water Resistant outer shell, nylon inner lining, Kevlar, open cell high-recovery foam. Blunt Trauma Protection: Chest, collar, shoulders. Spike Protection: Spike Level 3, Front, Side and Back. Closures: Adjustable side opening; adjustable abdomen belt with protective cover flap. Color: Black, 30, EA; For this solicitation, USA ACA Fort Leavenworth 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. USA ACA Fort Leavenworth 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.) No partial shipments unless otherwise specified 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. DFAR 252.232-7010, Levies on Contract Payments; and DFAR 252.211-7003 Item Identification and Valuation. 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: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33, and 52.252-2. The full text of FAR and DFAR clauses may be accessed electronically at http://www.acqnet.gov/far and http://farsite.hill.af.mil/. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) is incorporated by reference with the following applicable clauses also incorporated by reference: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov (End of clause) The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: DFAR 252.232-7003, Electronic Submission of Payment Requests; and Alternate III of DFAR 252.247-7023. 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. ORCA Requirement - Company must be registered on ORCA (Online Representations and Certifications Application) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/login.aspx. The required NAICS Code for this acquisition is 453998.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b4484cab35c42796c9344798fc4d4b4&tab=core&_cview=1)
 
Place of Performance
Address: Fort Leavenworth, KS 66027<br />
Zip Code: 66027-1417<br />
 
Record
SN01726756-W 20090107/090105215133-6b4484cab35c42796c9344798fc4d4b4 (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.