Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
MODIFICATION

84 -- Law Enforcement Gear

Notice Date
2/26/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W15BB09
 
Response Due
2/26/2010
 
Archive Date
8/25/2010
 
Point of Contact
Name: Shannon Dunmire, Title: Contract Specialist, Phone: 315-772-3390, Fax: 3157728277
 
E-Mail Address
shannon.dunmire@us.army.mil;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT NOTICE: 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 W15BB09 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 315999 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 2010-02-26 15:00:00.0 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, American Body Armor XT Series, XT-300 Body Armor: Vests must be National Institute of Justice (NIJ) 0101-06 compliant. Lightweight, concealable and quality constructed. Vests must be fitted for both male and female officers. Must be at least Threat Level IIIA Compliant. The Vest shall provide for Internal Panel Suspension; External Material made of 100% doublecloth nylon LiteLok with Nano-Sphere repellency; a combination of 4 and 6 point strapping system; internal line made of anti-microbial mesh; a dual special threat plate; Retention tails on both front and rear; External Hidden Zippers to allow for insertion of armor panels. 5 year Manufacturers Warranty. Vest color is black. The vests shall reflect the following sizes: 300 Male vests shall be broken down as follows: 100 XL, 140 LG, 40 MED and 20 SM; 60 Female vests shall be broken down as follows: 10 LG, 30 MED and 20 SM. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 360, EA; LI 002, Saunders Deskmate II Clipboard (no calculator): Clipboard shall 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. No Calculator. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 325, EA; LI 003, Bianchi PatrolTek Duty Belt: The duty belt shall be a 2-inch belt, black in color, and available in sizes small through extra large-stated below. 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. Must match specifications of the Bianchi PatrolTek duty belt. **The Contractor shall provide: 20-Smalls, Waist size 28-34 inches; 100-Mediums, Waist size 34-40 inches; 140-Large, Waist Size 40-46 inches and 100-XL Waist Size 46-52 inches.** **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 360, EA; LI 004, Bianchi PatrolTek Holster: The Contractor shall provide 240-Right Handed Holsters and 60-Left Handed Holsters. The duty holster shall be able to hold the Beretta M9 (92F series, 9mm) and shall be a top-draw holster with a standard ride. The weapon shall be secured in the holster with a traditional thumb-break (must have a reinforced thumb-snap-closure), and shall be closed-muzzle. The thumb-break shall be complemented by a pinch retention device. The interior of the holster shall 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 shall match the duty belt in color (black) and finish (matte, slight textured appearance). **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 300, EA; LI 005, Bianchi PatrolTek 8002 Double Magazine Pouch: Shall be available in vertical or horizontal carry (dual belt loop design). The magazine pouch shall be black (matte, not shiny) in color, made of molded synthetic tri-laminate, and have a hidden and reinforced snap closure. The magazine pouch shall have a pleated pouch lid (ensures a smooth closing). The pouch shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, EA; LI 006, ASP Chrome Baton with Foam Grip: The ASP expandable baton must match existing equipment which is constructed of heat-treated 4140 high-carbon steel. The handle shall be coated with zinc dichromate, and the rest of the baton shall have a hard coat of high luster chrome finish in order to prevent corrosion. The handle has a replaceable, foamed vinyl grip. The length shall be 21 inches. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 340, EA; LI 007, Bianchi PatrolTek 8013 Expandable Baton Holder: The holster shall accommodate the 21-inch ASP expandable baton. The holster shall be black (matte, not shiny) in color, made of molded synthetic tri-laminate. The holster shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 340, EA; LI 008, Streamlight Stinger XT Rechargeable Flashlight: The duty flashlight must have a minimum 15,000 candlepower output. The bulb shall be xenon gas-filled, and have an adjustable spot-to-flood beam. The lens shall be unbreakable polycarbonate and have a scratch-resistant coating. The battery shall be rechargeable at least 1,000 times (made of NiCad) and last for at least 1 hour of continuous use. The flashlight shall have a rubber non-slip grip (for all-seasons use), and the on-off switch (button) shall 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 shall be black in color. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 360, EA; LI 009, Phoenix Advantage Plus Stinger, XT, and PolyStinger Flashlight case: The flashlight holder must be able to secure the flashlight listed above (Streamlight Stinger XT). It shall 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 shall have a snap-closure (thumb-break), and be made of durable ballistic nylon. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 360, EA; LI 010, Bianchi PatrolTek 8014S Universal Radio Holder: The holster for the individual radio shall be black in color and made of molded tri-laminate. The holster shall be universal, and have an adjustable elastic security strap-and-snap (reinforced) closure. It shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, EA; LI 011, Hand Irons: Smith and Wesson Model 100: The hand irons shall be chain-style, not hinged, and be of the double-lock style. The internal lock-works shall be heat-treated, and meet/exceed NIJ standards for workmanship, strength, corrosion, and tamper-resistance. Each set of hand irons (hand cuffs) must come with 2 keys. The hand irons shall be nickel or silver in color. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 334, EA; LI 012, Bianchi PatrolTek 8016 Silent Key Holder: The key keeper shall be black in color (matte, not shiny) and made of molded tri-laminate. The snap-closure will be reinforced, and the wrap shall be a hook-and-loop closure. It shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, EA; LI 013, Hatch D1 Patrol Duty Bag: The duty bag shall be black in color and made of highly durable nylon. The bag shall be water resistant or water proof and all zippers shall be heavy-duty. It shall have a removable shoulder strap, which is adjustable when used. The interior features shall include: adjustable divider, removable rigid bottom, 2 zippered cargo pockets, and 6 pen/pencil pockets. The exterior features shall include: 2 zippered cargo pockets, 2 flip-top pockets, and 3 open-top pockets. The bag shall measure 25 inches long by 10 inches wide by 12 inches deep. The interior of the bag shall measure 18 inches long by 8 inches wide by 12 inches deep. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, EA; LI 014, Bianchi PatrolTek 8006 Belt Keeper: Belt keeper shall 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 existing duty belt (Bianchi PatrolTek). **Set of 4 for a total of 1,680 EACH** **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, SETS; LI 015, Bianchi PatrolTek 8007 O.C./Mace Spray Pouch: shall be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch shall fully encase the O/C canister, and shall have pleated pouch lids (smooth closing). The pouch shall fit the MK III canister (5.5 inch) at a minimum. It shall be lightweight, weatherproof, and easily cleaned. Bianchi AccuMold spray pouch is an acceptable equal.**If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, EA; LI 016, Bianchi PatrolTek 8000 Covered Cuff Case: shall be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch shall fully encase the hand irons (standard size- Smith and Wesson Model 100), and shall have pleated pouch lids (for a smooth closing). It shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 334, EA; LI 017, Bianchi PatrolTek 8015 Pager/Glove Pouch: shall be black in color (matte, not shiny), molded tri-laminate, with a reinforced, hidden-snap-closure. The pouch shall fully encase the latex/rubber/surgical gloves, and shall have a pleated pouch lid (smooth closing). It shall be lightweight, weatherproof, and easily cleaned. **If providing an equal, seller must provide detailed specifications that address each specification listed above. Sellers who do not provide the requested specifications may not be considered for award.**, 420, 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 shannon.dunmire@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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 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; 252.225-7012, Preference for Certain Domestic Commodities; 252.205-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustment; 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: Delivery, Price, Technically Acceptable and Past Performance. 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.). 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, Room 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) The purpose of this modification is to request that The Successful Contractor be able to deliver 50 each of these units to Fort Drum, NY by, 15 March 2010 and the remaining 30 days ARO. All other terms and conditions remain the same. The purpose of this modification is to indicate sizes in Line Item #1. All other terms and conditions remain the same. The purpose of this modification was to clarify specifications in Line Item #1. All other terms and conditions remain the same. The purpose of this modification was to change the attachment and add a buy term. All other terms and conditions remain the same. The seller must be in good standing with no terminations in the past twelve months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afd72613f221118192756802ab06ab70)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN02078048-W 20100228/100226235833-afd72613f221118192756802ab06ab70 (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.