Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

84 -- LAW ENFORCEMENT GEAR

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
FORT DRUM, FORT DRUM, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W91KQB92209103
 
Response Due
9/3/2009
 
Archive Date
3/2/2010
 
Point of Contact
Name: Shawntil Eure, Title: Contract Specialist, Phone: 315-772-6520, Fax: 315-772-6406
 
E-Mail Address
shawntil.eure@us.army.mil;
 
Small Business Set-Aside
N/A
 
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 W91KQB92209103 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 316991 with a small business size standard of 500.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] 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 2009-09-03 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT DRUM, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Safariland RFT Gold or equal. Vest sizes: 150 male: 50 XL, 70 LG, 20 MED, 10 SM; 30 female: 5 LG, 15 MED, 10 SM. Ballistic Vest, a.k.a. Second Chance Vest: NIJ (National Institute of Justice) 0101-06 standards were established in July 2008 and published in June of 2009. Vests must be NIJ 0101-06 compliant. Vests must be lightweight, concealable, and of quality construction. Vests must be fitted for both male and female officers. The vest must be fully adjustable, with ported and breathable shoulder straps. The interior must be made of antimicrobial mesh, and the front of the vest must have mesh vents for improved air flow. Zippers and any hardware must be low-profile and recessed. The front plate pocket must allow for 5 inch by 8 inch or 7 inch by 9 inch plates. The back plate pocket must allow for a 10 inch by 12 inch plate. Vest color must be black, dark blue, or OD green. The ballistic panels must obtain low trauma measurements, a high V50 performance, and must be of thin and light construction. The vest will protect against Level IIIA threats (measured by the following rounds:.357 SIG full metal jacket and flat nose and.44 Magnum)., 180, EA; LI 002, Saunders Deskmate II (without calculator) or equal. Patrol clipboard: should be constructed of polypropylene (or plastic), and have a rubber-grip clip in order to function in all the elements. The clipboard must have a paper holder sized 10 inches wide by 16 inches long by 2 inches deep in order to accommodate forms commonly used by patrols. The clipboard should be secured with a snap-closing cover. The clipboard should be black or gray and built to resist scratches and dents., 180, EA; LI 003, Bianchi PatrolTek duty belt or equal. Duty Belt: The duty belt should be a 2-inch belt, black in color, and available in sizes small through extra large (size 28 through size 52). Duty belt sizes needed: 50 XL (size 46-52), 75 LG (size 40-46), 35 MED (size 34-40), 20 SM (size 28-34). It should be made of molded tri-laminate and the buckle should have reinforced snap closures for added security. It should be lightweight, weatherproof, and easily cleaned. The belt should remain flexible no matter what the weather conditions., 180, EA; LI 004, Bianchi AccuMold Defender duty holster or equal. Quantity needed: 140 Right Handed, 40 Left Handed. Duty Holster: should be available in both left-handed and right-handed models. The duty holster will accommodate the Beretta M9 (92F series, 9mm) and will be a top-draw holster with a standard ride. The weapon will be secured in the holster with a traditional thumb-break (must have a reinforced thumb-snap-closure), and will be closed-muzzle. The thumb-break should be complemented by a pinch retention device. The interior of the holster will be lined with a material that protects the blue or finish of the weapon, and facilitates a smooth draw of the weapon. The duty holster will match the duty belt in color (black) and finish (matte, slight textured appearance)., 180, EA; LI 005, Bianchi PatrolTek 8002 Double Magazine Pouch or equal. Double Magazine Pouch: should be available in vertical or horizontal carry (it is constructed to be carried either way)(dual belt loop design). The magazine pouch should be black (matte, not shiny) in color, made of molded synthetic tri-laminate, and have a hidden and reinforced snap closure. The magazine pouch should have a pleated pouch lid (ensures a smooth closing). The pouch will be lightweight, weatherproof, and easily cleaned., 180, EA; LI 006, ASP Chrome Baton with Foam Grip: It is constructed of heat-treated 4140 high-carbon steel. The handle is coated with zinc dichromate, and the rest of the baton has a hard coat of high luster chrome finish in order to prevent corrosion. The handle has a replaceable, foamed vinyl grip. The length is 21 inches., 180, EA; LI 007, Bianchi PatrolTek 8013 Expandable Baton Holder or equal. ASP Expandable Baton holder/holster: The holster should accommodate the 21-inch ASP expandable baton. The holster should be black (matte, not shiny) in color, made of molded synthetic tri-laminate. The holster will be lightweight, weatherproof, and easily cleaned., 180, EA; LI 008, Streamlight Stinger XT Rechargeable Flashlight or equal. Flashlight: The duty flashlight must have a minimum 15,000 candlepower output. The bulb should be xenon gas-filled, and have an adjustable spot-to-flood beam. The lens should be unbreakable polycarbonate and have a scratch-resistant coating. The battery should be rechargeable at least 1,000 times (made of NiCad) and last for at least 1 hour of continuous use. The flashlight should have a rubber non-slip grip (for all-seasons use), and the on-off switch (button) should be located on the tailcap. The on-off button should be both momentary and constant-on. The entire flashlight must weigh no more than 12 ounces and be no more than 7 inches long. The flashlight will be black in color., 180, EA; LI 009, Phoenix Advantage Plus Stinger, XT, and PolyStinger Flashlight case or equal. Flashlight holder: The flashlight holder must be able to secure the flashlight listed above (Streamlight Stinger XT or equal). It should fully enclose the flashlight (unlike a ring in which the flashlight simply hangs from the officers belt), and be black in color (matte, not shiny). The holder should have a snap-closure (thumb-break), and be made of durable ballistic nylon., 180, EA; LI 010, Bianchi PatrolTek 8014S Universal Radio Holder or equal. Radio Holster: the holster for the individual radio should be black in color and made of molded tri-laminate. The holster should be universal, and have an adjustable elastic security strap-and-snap (reinforced) closure. It should be lightweight, weatherproof, and easily cleaned., 180, EA; LI 011, Hand Irons: Smith and Wesson Model 100. The hand irons must be chain-style, not hinged, and be of the double-lock style. The internal lock-works must be heat-treated, and meet the standards for workmanship, strength, corrosion, and tamper-resistance for hand irons. Each set of hand irons (hand cuffs) must come with 2 keys. The hand irons should be nickel or silver in color., 180, EA; LI 012, Bianchi PatrolTek 8016 Silent Key Holder or equal. Silent Key Holder, a.k.a Key Silencer or Key Keeper: The key keeper will be black in color (matte, not shiny) and made of molded tri-laminate. The snap-closure will be reinforced, and the wrap will be a hook-and-loop closure. It should be lightweight (should not exceed a pound), weatherproof, and easily cleaned., 180, EA; LI 013, Hatch D1 Patrol Duty Bag or equal. Patrol Duty Bag: The duty bag will be black in color and made of highly durable nylon. The bag will be water resistant or water proof and all zippers will be heavy-duty. It should have a removable shoulder strap, which is adjustable when used. The interior features should include: adjustable divider, removable rigid bottom, 2 zippered cargo pockets, and 6 pen/pencil pockets. The exterior features should include: 2 zippered cargo pockets, 2 flip-top pockets, and 3 open-top pockets. The bag should measure 25 inches long by 10 inches wide by 12 inches deep. The interior of the bag should measure 18 inches long by 8 inches wide by 12 inches deep., 180, EA; LI 014, Bianchi PatrolTek 8006 Belt Keeper or equal. Belt Keepers: should be molded tri-laminate, black in color (matte, not shiny), and have black-finished snaps (reinforced). They should be lightweight, weatherproof, and easily cleaned. They must match the duty belt being worn (Bianchi PatrolTek). Belt Keepers are almost always sold in packs of four, which is how many are worn per officer., 180, EA; LI 015, Bianchi PatrolTek 8007 O.C./Mace Spray Pouch or equal. 180 packs with 4 in each pack for a total of 720 ea. O/C (Mace) Spray Pouch: will be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch will fully encase the O/C canister, and should have pleated pouch lids (smooth closing). The pouch must fit the MK III canister (5.5 inch). It should be lightweight, weatherproof, and easily cleaned., 180, EA; LI 016, Bianchi PatrolTek 8000 Covered Cuff Case or equal. Hand Iron case: will be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch will fully encase the hand irons (standard size- Smith and Wesson Model 100), and should have pleated pouch lids (for a smooth closing). It should be lightweight, weatherproof, and easily cleaned., 180, EA; LI 017, Bianchi PatrolTek 8015 Pager/Glove Pouch or equal. Glove Pouch a.k.a Pager/Cell Phone/Glove Pouch: will be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch will fully encase the latex/rubber/surgical gloves, and should have a pleated pouch lid (smooth closing). It should be lightweight, weatherproof, and easily cleaned., 180, EA; For this solicitation, USA ACA Ft. Drum 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 Ft. Drum 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 shawntil.eure@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply:252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE";DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.205-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.).https://marketplace.fedbid.com/buyer/myBuyTerms.do;jsessionid=K71F1Gh7YhS6VnGdnChPphHdzyQ1c2zD7Sv6pnCDL7qQ1gj1vFTn!940708472?buyTermTypeId=2 New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 315999 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address to below. All other agency-level protests should be sent to the contracting officer for resolutions. HQ Army Materiel Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Fort Belvoir, VA 22060-5527, Facsimile number (703)806-886 or 8875 - Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command Counsel, Oom 2-1SE3401, 1412 Jackson Loop, Fort Belvoir, VA 22060-5527. The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp - If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/W91KQB92209103/listing.html)
 
Place of Performance
Address: FORT DRUM, NY 13602
Zip Code: 13602
 
Record
SN01930965-W 20090829/090828085038-178a50a4702c60c614e249c926d2d662 (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.