Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

84 -- TACTICAL VESTS

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2000 Bainbridge Ave., Charleston, SC 29405
 
ZIP Code
29405
 
Solicitation Number
HSFLCS-10-Q-00019
 
Response Due
5/3/2010
 
Archive Date
10/30/2010
 
Point of Contact
Name: Cynthia Doster, Title: Contracting Officer, Phone: 843-566-8565, Fax: 843-566-8561
 
E-Mail Address
cynthia.doster@dhs.gov;
 
Small Business Set-Aside
Total 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 HSFLCS-10-Q-00019 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 448190 with a small business size standard of $7.00M. This requirement is a [ Small Business ] 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 2010-05-03 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CHARLESTON, SC 29405 The DHS Federal Law Enforcement Training Center requires the following items, Brand Name or Equal, to the following: LI 001, TACTICAL VEST DESIGNED TO CARRY REMOVABLE FRONT AND BACK LEVEL III BALLISTIC PANELS AND FOAM FLOATATION INSERTS IN SEPARATE COMPARTMENTS WITH SEPARATE FLAPS. SIZE: MEDIUM. COLOR: RANGER GREEN. DIAMONDBACK TACTICAL P/N C-AW-FAPC-R OR EQUAL, 4, EA; LI 002, TACTICAL VEST DESIGNED TO CARRY REMOVABLE FRONT AND BACK LEVEL III BALLISTIC PANELS AND FOAM FLOATATION INSERTS IN SEPARATE COMPARTMENTS WITH SEPARATE FLAPS. SIZE: LARGE. COLOR: RANGER GREEN. DIAMONDBACK TACTICAL P/N C-AW-FAPC-R OR EQUAL, 22, EA; LI 003, TACTICAL VEST DESIGNED TO CARRY REMOVABLE FRONT AND BACK LEVEL III BALLISTIC PANELS AND FOAM FLOATATION INSERTS IN SEPARATE COMPARTMENTS WITH SEPARATE FLAPS. SIZE: XLARGE. COLOR: RANGER GREEN. DIAMONDBACK TACTICAL P/N C-AW-FAPC-R OR EQUAL, 13, EA; LI 004, FRONT AND BACK LEVEL III ARMOR PANELS. MUST PASS FBI TESTING PROTOCOL--BODY ARMOR TEST VERSION 2.0. DIAMONDBACK TACTICAL P/N P-AW-FAPC-QVA3A OR EQUAL, 39, SET; LI 005, SIDE CUMMERBUND SYSTEM TO HOLD SIDE LEVEL III ARMOR PANELS AND FLOATATION INSERTS. ONE SIZE. COLOR: RANGER GREEN. DIAMONDBACK TACTICAL P/N SCS OR EQUAL, 39, EA; LI 006, SIDE LEVEL III TACTICAL ARMOR PANELS. MUST PASS FBI TESTING PROTOCOL--BODY ARMOR TEST VERSION 2.0. DIAMONDBACK TACTICAL P/N SCS-612-QVA3A OR EQUAL, 39, SET; LI 007, SHOULDER LEVEL III ARMOR INSERT PANELS. MUST PASS FBI TESTING PROTOCOL--BODY ARMOR TEST VERSION 2.0. DIAMONDBACK TACTICAL P/N SAI-2-QVA3A OR EQUAL, 39, SET; LI 008, FOAM FLOATATION FRONT AND BACK INSERTS. DIAMONDBACK TACTICAL P/N P-AW-FAPC-FOAM OR EQUAL, 39, SET; LI 009, FOAM FLOATATION INSERTS TO FIT SIDE CUMMERBUND SYSTEM. DIAMONDBACK TACTICAL P/N SCS-612-FOAM OR EQUAL, 39, SET; LI 010, LEVEL III STAND-ALONE ULTRA LIGHT WEIGHT POLYETHYLENE BALLISTIC PLATE. DIAMONDBACK TACTICAL P/N 23526 OR EQUAL, 78, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Law Enforcement Training Center 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. DHS Federal Law Enforcement Training Center 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery is desired within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Award will be on an all-or-none basis. Bidders must provide sufficient descriptive literature to allow evaluation of item offered if it is an equal. Literature may be e-mailed to cynthia.doster@dhs.gov or faxed to 843-566-8561; however, the subject line of the e-mail or cover page must reference the solicitation number HSFLCS-10-Q-00019. Failure to provide literature/specifications, may result in non-consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLCS-10-Q-00019/listing.html)
 
Place of Performance
Address: CHARLESTON, SC 29405
Zip Code: 29405-2607
 
Record
SN02134738-W 20100430/100428235209-91e14c2c81270d3bf7595875b9247604 (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.