Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

84 -- FISC Norfolk intends to purchase Armor, Personal Body for Commander Riverine Group one. See Attachment for detailed solicitation

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V405400089S09
 
Response Due
5/25/2010
 
Archive Date
5/26/2010
 
Point of Contact
MARK A ZACCAGNINI (757) 443-1296
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is V405400089S092. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-39 and DFARS Change Notice 20100408. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 423910, (Sporting and Recreational Goods and Supplies Merchant Wholesalers). This is a 100% Small Business Set Aside. The following items are required: Item NumberDescriptionQTYUnitSAI-BICEP/SET LVLIIIa INSERT FOR EAGLE CIRAS, DELTOID, SET OF 2 300SE.SAI-GROIN LVLIIIa INSERT FOR EAGLE CIRAS, GROIN 300EA.SAI-COLLAR LVLIIIa INSERT FOR EAGLE CIRAS, COLLAR 300EA.SAI-THROAT LVLIIIa INSERT FOR EAGLE CIRAS, THROAT (YOKE) 300EA.SAI-SHOULDER/SET ( ) LVLIIIa INSERT FOR EAGLE CIRAS, SHOULDER, SET OF 2 300SE. Ballistic inserts shall be cut in a pattern to fit in Combat Integrated Releasable Armor System (CIRAS) armor carrier and associated auxiliary protective components. Ballistic inserts shall comply with the applicable fragmentation performance of US Army PQ/PD 07-05C (Purchase Description for Body Armor, Multiple Threat/Interceptor, Improved Outer Tactical Vest) and the ballistic resistance and Backface Signature (BFS) performance requirements established in NIJ Standard 0101.06 (Ballistic Resistance of Body Armor) for Level IIIA armor. The Arial Density of the ballistic inserts shall not exceed 1.25 pounds per square foot and thickness shall not exceed 0.030 inches. NIJ Standard 0101.06 Level IIIA certification documentation and fragmentation documentation shall originate from an NIJ certified lab or the Army Ballistic Test Facility in Aberdeen, MD. If NIJ Standard 0101.06 certification is not yet completed, NIJ 0101.04 certification is acceptable this time. NIJ certification and fragmentation testing documentation shall be provided to: Ed GrayNAVSEA 05P14Navy Body Armor Tech Authority (acting)1333 Isaac Hull Ave SE STOP 5149Washington Navy Yard, DC 20376-5149Email: Edward.gray1@navy.milPhone: 202-781-5262 Delivery is F.O.B. Destination to Virginia Beach, VA 23459. Please indicate the best delivery time frame. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include price(s) (unit price, extended price, total price), confirmation of required delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00 p.m. EST on May 25, 2010. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers can be emailed to mark.zaccagnini@navy.mil or faxed to 757-443-1402, Attn: Mark Zaccagnini. Telephone: 757-443-1296. Reference RFQ: V405400089S092 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (Jul 2006);52.212-1 Instructions to Offerors - Commercial Items (Nov 2007); 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002);.The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007), the following clauses apply and are incorporated by reference:52.219-6 Notice of Total Small Business Set-Aside (Jun 2003),52.219-28 Post Award Small Business Program Representation (Jun 2007),52.222-3 Convict Labor (Jun 2003),52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007),52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (Mar 2007),52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998),52.222-50 Combating Trafficking in Persons (Aug 2007),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006),52.232-36 Payment by Third Party (MAY 1999);52.215-5 Facsimile Proposals (Oct 1997);52.247-34 F.O.B. Destination (Nov 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.204-7004 Required Central Contractor Registration. Alternate A (Sep 2007);252.211-7003 Item Identification & Valuation (Jun 2005)252.232-7010 Levies on Contract Payments (Dec 2006) Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005);252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005).The offeror must complete and return the attached: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005), if the offered items are not domestic end products. Otherwise the offeror must certify in writing that the items offered are manufactured in the United States. Defense Federal Acquisition Regulation Supplement (DFARS)252.225-7000 Buy American Act--Balance of Payments Program Certificate. BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item NumberCountry of Origin (3) The following end products are other foreign end products:Line Item NumberCountry of Origin (End of provision) 1998 EDITION252.225-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V405400089S09/listing.html)
 
Place of Performance
Address: COMMANDER RIVERINE GROUP ONE5TH STREET BUILDING 3516, VIRGINIA BEACH, VA
Zip Code: 23459
 
Record
SN02147685-W 20100514/100512235113-a662998bd4c30b3409de91fce1116700 (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.