Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

84 -- Underway Waterproof Kits

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0365
 
Archive Date
10/13/2009
 
Point of Contact
Ana M Downes, Phone: 757-893-2722
 
E-Mail Address
ana.downes@vb.socom.mil
(ana.downes@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The solicitation number is H92244-09-T-0365. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure Underway Waterproof Kits. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 effective 11 August 2009. This procurement is 100% small business set-aside. The associated NAICS code is 315999 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. The procurement is brand name or equal. If quoting equal, please submit specifications with your quote. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 BRAND NAME OR EQUAL (London Bridge Trading (LBT) Company), Underway Waterproof Kit. Quantity: 65 kits. Contractor shall be available to take and record individual measurements for clothing and equipment sizing within a two day window. Contractor shall provide immediate replacement for warranty defects. Contractor shall manage the shipping and handling of returned items from the Command. Contractor shall be required to package all items into kits and deliver within seven calendar days with correct gear properly sized. The kit includes the following: A. Item Code LBT-2722A-LG Underway BDU Shirt, Grey, Large; B. Item Code LBT-2722B-34R Underway BDU Trouser, Grey, 34 Regular; C. Item Code 6094ZULU-M/L LBT Underwater Modular Tactical Ballistic Flotation Vest, Medium/Large; D. Item Code 2684B-BK LBT Underwater Loadout Bag, Color: Black; E. Item Code 2684A-AOR1 LBT Underway Waterproof Pack, Color: AOR1 pattern Section C Description A. Underway BDU Shirt Sizes: XSR, SR, MR, LR, XLR, XXLR Description: Design: The shirt shall have raglan sleeves with inset upper arm cargo pockets. The pockets shall have curved loop on the outside and the flap shall have curved loop on the outside for insignia. The pocket shall have a slide fastener opening on the front for inner pocket access. The shirt sleeves shall have seams around, below the cargo pocket, above the elbow area. There shall be tabs at the cuffs with hook and loop closure. The shirt shall have a slide fastener on the center front mandarin collar. The shirt shall be of mesh knit fabric on the torso and mesh knit fabric on the inner collar for comfort and a woven material on the sleeves. Basic Material. The sleeve material shall be four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the American Association of Textile Chemists and Colorists, (AATCC) 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh 6.5 oz/yd2 (+/-5%) and be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The color shall be grey. Secondary Material. The torso material shall be highly breathable to provide comfort and not restrict the movement of moisture vapor and shall be quick drying. The color shall be grey. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be black or grey. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be grey. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be grey in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be grey. B. Underway BDU Trousers Sizes: 30S, 30R, 30L, 32S, 32R, 32L, 34S, 34R, 34L, 34XL, 36S, 36R, 36L, 36XL, 38R, 38L, 38XL, 40R, 40L, 40XL Description: Design: The trousers shall have a center front fly opening with a slide fastener and a snap for closure. It also shall have two front hip pockets, two side bellowed cargo pockets, two front thigh bellowed pockets and two low leg pockets. The side cargo pockets shall have a slide fastener opening on the front with mesh interior for ventilation. The cargo pocket shall close with hook and loop and a secondary button and buttonhole closure. The low leg pockets shall have double pockets and close with hook and loop. The top pocket of the low leg pockets shall have a stitch line down the center and elastic at the top to hold flares, etc. The trousers shall have five belt loops and have seat and knee reinforcements. The knees shall be contoured and the reinforcements shall have hook and loop openings at the bottom for knee pad insertion and are stitched for appropriate fit of the knee pad used. The leg openings shall have webbing adjustments. All slide fasteners shall have a thong for ease of opening when wearing gloves. Basic Material. The basic material is a four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the AATCC 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh only 6.5 oz/yd2 (+/-5%) and shall be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The garment design shall provide a garment that is light in weight, low in bulk, has environmental protection and comfort in movement. The color shall be grey. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be black or grey. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be grey. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be grey in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be grey. Elastic material. The elastic material used on the pocket shall be in accordance with MIL-W-5664, Type II, 3/4 inches + 1/16 inch wide. The elastic material may be Black or Grey. Webbing/tape. Tape, MIL-PRF-5038, 3/8-inch wide shall be used to construct the leg opening adjustments. The color shall be grey. Snap Fasteners. Snap fasteners shall conform to MIL-F-10884 style 2A. The snap fasteners shall have a Black chemical finish, except the button cap shells shall be grey. The enamel shall be uniformly coated over the top surface of the shell including the visible portion of the edge. C. Underway Modular Tactical Ballistic Flotation Vest Sizes: M/L, XL Description Vest body must be constructed from 500 Denier nylon Cordura®. Vest must be manufactured in two sizes, Medium/Large and XL. The Medium/Large vest must fit 10-12 triple curve IV stand alone plate front and back. Vest must also accept 6"x6" or 6"x8" side plates in an adjustable cummerbund. XL vest must fit 11" x 13" triple curve IV stand alone plate front and back and accept 6"x6" or 6"x8" side plates in an adjustable cummerbund. Vest must have pockets on front and back and side panels that will accept flotation package 1 ½ ", 1", ¾", and ½" foam inserts must be provided. All mesh and foam must be Underwriters Laboratory certified or listed. The foam must be OPETZ.MQ1977 type CEJN200. The mesh must meet the following specifications: Weight: 9.2 ounce minimum, 10.2 ounce design value, 12.3 ounce maximum. Bursting strength: 271# minimum, 301# design value, 361# maximum. Openings 5-7/inch in both directions (ideal is 6) hole 1/8". Vest must have side sleeves for ammunition. They must accept thermal plastic magazine holders for M4 and MP7 magazines. The thermal plastic inserts must allow user to adjust tension on the magazine. Vest must accept radio on either side of the adjustable cummerbund against the body. Vest must have a front flat pocket. Vest must have Velcro magazine retention bands in the event that thermal plastic inserts are not used. Vest must have standard MOLLE/PALS attachment points on the front, back, and sides. This item should be the same gray color as the uniforms. D. Underway Waterproof UV Waist Pack Jumpable Description: Bag must have an oral inflation valve to control volume. Must have four, two inch wide, coated nylon belt loops the end two loops having a slit on each side of the web being protected with one inch binding. Must have flap, at top of bag, constructed of above 420 denier fabric to protect the zipper. Size of the bag must conform to: 17" long by 6" wide by 10" high to provide a volume of 1020 cubic inches. This pack must be HAHO\HALO jump capable. Color BLACK. E. Underway Waterproof UW Backpack Jumpable Description: The main water proof compartment must measure: 14" long by 12'"wide by 16"high. Must have a front compartment size of: 11" long by 4"w by 14.5" high. The WP zipper, to the main compartment, must be protected with an outer "rain flap. The outer compartment must have an outer attached clear vinyl (20mil.) window to measure 9" long by 13" high. This space must be accessible through an opening closed by one inch hook and loop Mil 89CB &1100CB. This outer pocket must have two one inch nylon cinch straps that protects the zipper and crosses the clear window. The main WP compartment must have a chaffing liner. The back pack must be supported by two "S" shaped padded support suspenders with load leveler one inch nylon web straps. These must have a sternum strap closed with a one inch side release. The upper suspenders must have two one inch Delran Dee rings. The suspenders must have a storable compartment when not in use. This pocket must have a mesh drain in the bottom. A set of carry handles must be provided, one on either side of the upper WP zipper. This bag must have reinforced attaching point running along both sides of the bag that will allow for rigging for HAHO\HALO operations. This bag should be made in the AOR1 color. Section D Delivery Schedule The delivery date is to be determined (evaluation factor). Section E Inspection and Acceptance Inspect and Acceptance shall be at Destination by the Government. Section I Clauses CLAUSES FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2009) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) Alt I (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 shall be used to evaluate offers in descending order of importance: Ability to meet the specifications identified in Section C, price and delivery. Ability to meet the specifications identified in Section C and delivery, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Ana Downes, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2722 Fax: 757-893-2957 Email address: ana.downes@vb.socom.mil. SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Point of Contact for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; anthony.witherspoon@vb.socom.mil, Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; connie.hayes@vb.socom.mil, Phone (757) 893-2717. (b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office. Quotes must be received no later than 9:00 a.m. Eastern Standard Time (EST) on 28 September 2009. The offeror agrees to hold its prices in its quote firm for sixty (60) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Ana Downes. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0365/listing.html)
 
Record
SN01966837-W 20090925/090924000326-98ccafcf16d47a3a37b0fdd1a8c22862 (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.