Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

99 -- 1. BALLISTIC HELMETS. 2. THIS IS SET ASIDE FOR SMALL DISADVANTAGED BUSINESS, NOT N/A, AS LISTED BELOW.

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6TKCC0160A001
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@ang.af.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. This requirement is issued as a request for quote F6TKCC0160A001. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100430. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 339113. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small disadvantaged business. The date, time and request for quote offers are due by: 09:00 A.M. PST on 28 June 2010 TO MATTHEW.RICHARD@US.AF.MIL AND SCOTT.PETRIN@US.AF.MIL ALL QUESTIONS&if you have any, ARE TO BE SENT BY EMAIL NLT WEDNESDAY 23 JUNE, 9 AM Pacific Time, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS WITH NO DELAY TO THE BID DUE DATE. ALL QUESTIONS ARE TO BE SENT BY EMAIL. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. This requirement is for the following items: SEE ATTACHMENT FOR INDIVIDUAL SIZES "DO NOT EMAIL QUESTIONS OR QUOTES TO HEIDI WEBER. ALL QUOTES AND QUESTIONS MUST BE EMAILED TO MATTHEW.RICHARD@US.AF.MIL AND SCOTT.PETRIN@US.AF.MIL CLIN 0001- FAST Ballistic Helmet OR EQUAL tweight, multi-impact, ventilated liner with repositionable EPP impact pads and LDV closed-cell comfort foam that is not affected by temperature, altitude, or moisture. Occ-Dial adjustable fitband with replaceable leather front, nape, and side pads which quickly detach to allow convenient donning and doffing of COMs headsets with internal top headbands. Will have Integrated Head-Loc chinstrap retention system to give helmet 4x more stability than standard issue ACH helmet suspension / retention products. Will have FAST-ARCs - 4 Position Accessory Rail Connectors: non-snag attachment points for quick yet secure donning or doffing of headborne accessories Will work in conjunction with locking and rotating adapters that utilize emergency break-away features for airborne operations. Will have upper ARC dovetail for devices like low-profile lights, video camera, visor, mandible and up-armor side covers, corner ARC buckle receiver for gas and O2 mask strap kit attachments that eliminate the bulk and clutter of traditional bayonet style mounts, lower ARC dovetail for devices like flip-out COMs headset, battery pack, goggle strap keeper, mandible and up-armor side covers, over-the-center side hook attachment for devices like illuminator, strobe light and battery pack, BISS-NVD lanyard / elastic tensioner to eliminate night vision mount / device rattle or vibration, Standard MARSOC / WARCOM 3-hole pattern. Must be on USAF Approved for Use List Restricted to US Military, Law Enforcement, DOD and Security Personnel. 8 EACH CLIN 0002 VAS SHROUD OR EQUAL Snag free for HALO, HAHO and static line operations All aluminum construction with powder coated finish and stainless steel ballistic Hardware. Fits all ACH, MICH, PASGT and Lightweight Marine Helmets with the MARSOC / WARCOM 3-hole pattern. Will include a foam gasket that prevents vibration and wobble Will replace the original helmet INCHEShook and strapINCHES mounting system. Can be used for mounting night vision devices (possibly requiring night vision mounting arm and NVG goggles) Shall be light in weight, low profile, not obtrusive. 8 EACH CLIN 0003 CBRN Mask Extender can be used with all Head-Loc Retention Systems (or equal). Must allow enough inches to the chinstrap to fasten over the CBRN mask easily. The extender will attach and be removed with one click of the buckle. 8 EACH CLIN 0004 Fleece chincup/Extender Cover Sock for use with Ops-Core Retention System (or equal) and Gas Mask Extender when wearing a gas mask. Slides over the chincup or the Extender when worn under the chin. Will have Soft fleece for added comfort and to prevent irritation. 8 EACH *ANY REFERENCE TO NAME BRAND MAY BE OR EQUAL *SEE ATTACHMENT FOR INDIVIDUAL SIZES DO NOT EMAIL QUESTIONS OR QUOTES TO HEIDI WEBER. ALL QUOTES AND QUESTIONS MUST BE EMAILED TO MATTHEW.RICHARD@US.AF.MIL AND SCOTT.PETRIN@US.AF.MIL **Ballistic helmets will be 30% lighter than current MICH helmet in order to reduce weight on neck by lb., will be ergonomically correct, will have adjustable helmet band to ensure helmet remains steady, even with BNVD-3s without the need of a counter weight. Helmet will accommodate a variety of communication headset without the need for or the operator to order a size larger helmet as required with the MICH. Helmet will have integrated Head-loc chinstrap retention system giving helmet 4x more stability than standard issue ACH helmet suspension/retention products. Helmet will meet current and future AF requirements for the next five years. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. "The date, time and request for quote offers are due by: 9:00 A.M. Pacific time on 28 June 2010 to TO MATTHEW.RICHARD@US.AF.MIL AND SCOTT.PETRIN@US.AF.MIL ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT WEDNESDAY 23 JUNE, 9 AM Pacific Time, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS WITH NO DELAY TO THE BID DUE DATE. *This solicitation is set aside for small disadvantaged business. DO NOT EMAIL QUESTIONS OR QUOTES TO HEIDI WEBER. ALL QUOTES AND QUESTIONS MUST BE EMAILED TO MATTHEW.RICHARD@US.AF.MIL AND SCOTT.PETRIN@US.AF.MI
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TKCC0160A001/listing.html)
 
Place of Performance
Address: 111 ASOS Washington Air National Guard Camp Murray WA
Zip Code: 98430
 
Record
SN02179122-W 20100618/100616234915-06633fb24afd74b33e3b6db8837c7fa8 (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.