Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

69 -- Training Small Arms Protective Inserts (SAPI) Plates and Training Vest Insert Kits

Notice Date
9/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W91RUN-9212-7001
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
Diane Hutchinson, 502-607-1390
 
E-Mail Address
USPFO for Kentucky
(Diane.Hutchinson@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number is W91RUN-9212-7001. This announcement constitutes the only solicitation. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This is a request for quotation (RFQ). This acquisition is unrestricted. The Kentucky National Guard is soliciting for Training Small Arms Protective Inserts (SAPI) plates and Training Vest Inserts. Potential offerors are to review the specifications that follow: Item #1 - Training Small Arms Protective Inserts (SAPI) plates must closely replicate the size, shape, and weight of actual SAPI/ESAPI. Plates will approximate the curvature and dimensions of a medium-sized SAPI plate with a thickness of one inch, size dimensions of 9.5 X 12.5 inches, and weight of 4.0 lbs. Surface finish will be moderately rough to simulate the real SAPI. Plates will be extruded from impact resistant polyvinylchloride (PVC) and will contain no filler materials. Training plates made by this process and material will be highly robust and able to accommodate rough handling while providing excellent resistance to temperature and humidity fluctuation. Plates will be light in color, either beige, tan, or natural with color infused throughout the material. Plates will not be painted or otherwise tinted. Visual characteristics should be present to aid in the identification of the plate as a training device only. This configuration will discourage co-mingling of training devices with functional SAPI. Item #2 - The insert kits will consist of three sections that replicate the ballistic panels within an Outer Tactical Vest. The material must be resilient, match the approximate weight and feel of the original panels and provide air circulation to minimize Soldier discomfort during training. Panels will be manufactured as follows. Material: Prime flexible polyvinyl chloride plastic, UL rated HB (horizontal burn, self-extinguishing), lead free, with ultraviolet weathering package. Durometer: 70 Shore A, 15 second delay. Standard. Durometer may be adjusted upward to meet customer requirements to match stiffness of Kevlar inserts Color: Plastic standard colors Size: Custom sizes upon request to match size, weight, stiffness, and form of OTV Kevlar inserts. Training vest insert, while closely matching real ballistic panels to support effective Soldier training, will maintain a noticeable tactile distinction to aid in the identification of the vest as a training device only. This configuration will discourage co-mingling of training devices with functional OTVs. Delivery requirement is 4-6 weeks to Guard Material Management Center (GMMC) 5751 Briarhill Road, Lexington, KY 40516-9721. A sample of each item offered must be shipped to the following two locations by the response date of 09/22/2009: ARNG Readiness Center, Attn: NGB-ARL-E (MAJ Cheek), 111 South George Mason Drive, Arlington, VA 22204-1382 NGB-GMMC Rear Storage Area, Attn: CW2 Henry, 5751 Briarhill Road, Bldg 6, Lexington, KY 40516-9721. Samples must be received by 09/22/2009 to be considered for evaluation. The following clauses apply to this solicitation: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government 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, in descending order of importance, shall be used to evaluate offers: (1) price, and (2) technical capability of the item offered to meet the Government requirement. Technical capability will be considered equally to price. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items or indicate current ORCA documentation. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. and includes the following clauses: 52.203-6, Alt. 1, Restrictions on Subcontractor Sales to the Government; 52.219-3, 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.219-28 Post Award Small Business Program Representation; 52.222-50, Combating Trafficking in Persons; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and 52.247-34, F.O.B. Destination. 52.233-2 Service of Protest SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR USPFO FOR KENTUCKY LTC Christopher Meyer 120 Minuteman PKWY Frankfort KY 40601 502-607-1424 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. All offerors must be registered in the Central Contractor Registration database at www.ccr.gov At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested items, delivery date after receipt of award, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 22 September, 2009 at 4:00 P.M. EASTERN TIME Questions may be submitted in writing regarding the terms and conditions of this combined synopsis/solicitation by email only to diane.hutchinson@us.army.mil Submit offers to: diane.hutchinson@us.army.mil or mail to USPFO for Kentucky, Attn: Diane Hutchinson, 120 Minuteman Parkway, Building 120, Frankfort, KY 40601-6192 Offers are due by 22 September 2009 by 4:00pm, EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W91RUN-9212-7001/listing.html)
 
Place of Performance
Address: Guard Material Management Center (GMMC) 5751 Briarhill Road, Building 6 Lexington KY
Zip Code: 40516-9721
 
Record
SN01952684-W 20090914/090912234307-57beb1cbc615045690e87c1e00454bcd (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.