Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

84 -- Escape Enhancement (E2) Proficiency Kit - Delivery Addresses

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-10-T-5001
 
Archive Date
9/23/2010
 
Point of Contact
Jim Robinson, Phone: 757-225-7706, Kyle B. Lancour, Phone: (757) 225-7698
 
E-Mail Address
jim.robinson@langley.af.mil, kyle.lancour@langley.af.mil
(jim.robinson@langley.af.mil, kyle.lancour@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Delivery Addresses 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100%, Small Business Set-Aside. Request is for BRAND NAME on seven (7) of the eleven (11) items of the required items and the other items are BRAND NAME OR EQUAL. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equals to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, Effective 1 Feb 2010. The government requires the following items, SEE SALIENT CHARACTERISTS BELOW. All responsible sources offering Brand name or EQUAL equipment may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 453998 with a small business size standard of $7,000,000. 1. Description: ITEM NO SCHEDULE OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 ESCAPE ENHANCEMENT (E2) PROFICIENCY KITS 181 EA $ _________ $ _________ WITH THE ITEMS LISTED BELOW 1001 OPTIONAL CLIN: ESCAPE ENHANCEMENT (E2) PROFICIENCY KITS 181 EA $ _________ $ _________ WITH THE ITEMS LISTED BELOW 2001 OPTIONAL CLIN: ESCAPE ENHANCEMENT (E2) PROFICIENCY KITS 181 EA $ _________ $ _________ WITH THE ITEMS LISTED BELOW Delivery is required 60 days after receipt of award. See Attached Delivery Schedule. Shipping should be included in the vendor's quote (locations CONUS & OCONUS) 2. Salient Characteristics: BRAND NAME ITEMS: ITEM U/I PART # PER KIT TOTAL COST London Bridge Trading Company Lock Picking Pouch Soft Kit Bag (tailored to items) with: A) Open and Close Zipper B) Internal zipper pouches (2) C) Internal clear window pockets (2) D) Velcro handcuff holders E) Interior Bungee Holders EA LBT-2727A 1 Safariland Standard Chain Black Finish w/2 Keys - replaced the Hiatts Model 2015 EA HH2015 1 Smith & Wesson Model 100 Melonite Handcuffs w/1 Key EA SW100M 1 Peerless Model 700 Pentrate (Black) Finish Handcuffs w/2 Keys EA PH700p 1 LRH16 - 16 Piece Pick Set Includes Bogota Rake Set LRH16 1 #21E Euro Wave Jiggler w/Laminated Ripple Handle (LRH) EA #21E 1 UHC-6PK Concealable Backup Universal Handcuff Key (Plastic Handcuff Key) 6 Pk UHC-KEY 1 *ITEMS LISTED ABOVE MUST BE THE BRAND NAME SPECIFIED, NO OTHER BRANDS WILL BE EXCEPTED. SEE JUSTIFICATION & APPROVAL DOCUMENT. BRAND NAME OR EQUAL ITEMS: ITEM U/I PART # PER KIT TOTAL COST Handcuff-Shim-Pick EA HSP 5 Bobby Pins 60pcs (brown or bronze) 60 Pk 1 Smith & Wesson Model 1H Hinged Universal Handcuffs w/2 Keys EA SWM1H 1 Zak #11P Round Swivel Key - Lightweight Carbon Fiber Body EA ZAK11P 1 NOTE: All potential bidders must meet the BRAND NAME requirement for those items listed as BRAND NAME (see above). All potential bidders must meet all salient characteristics listed in the above descriptions as Brand Name or Equal for those items listed as BRAND NAME OR EQUAL (see above). NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and none of these products will have a negative impact on the warranties of associated system components. 3. Optional CLINS: The award of this contract will also include two (2) optional CLINs for the same reintegration kits contained in the original award. The optional CLINs may or may not be exercised/funded. The Government will evaluate offers for award purposes by adding the total price for all optional CLINs to the total price for the basic requirement. Evaluation of optional CLINS shall not obligate the Government to exercise the optional CLIN(s). 4. Evaluation: Award will be made on the basis of the lowest priced quote meeting the brand name items and meeting or exceeding the salient characteristics listed for Brand Name or EQUAL. The Government will evaluate offers for award purposes by adding the total price for all optional CLINs to the total price for the basic requirement. Evaluation of optional CLINS shall not obligate the Government to exercise the optional CLIN(s). Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. Incomplete quotes will not be evaluated and will be rejected to the offeror. 5. Delivery Location(s): As stated above in paragraph 1. See attached delivery schedule. Prices must be submitted based on FOB Destination CONUS and OCONUS which means 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. 6. Packaging, Packing, Preservation, and Marking: Items will be placed in the LBT-2727A Lock Picking Pouch (OD Green, Multi-Cam, Black, or Desert Tan in color). All documentation and paperwork will be placed in the internal zipper pouches, handcuffs will be placed in the Velcro handcuff holders, all lock-picks (in a small leather holding case) will be put under one set of the two sets of bungees, and all other keys, pins, and miscellaneous items will be put into the four clear window pockets which open/close with Velcro. 7. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ c. 52.212-4 Contract Terms and Conditions - Commercial Items d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. e. 52.217-5 Evaluation of Options f. 52.217-7 Option for Increased Quantity- Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1 October 2010 to 30 September 2011 for CLIN 1001 and within 1 October 2011 to 30 September 2012 for CLIN 2001. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. g. 52.219-6 Notice of Total Small Business Set-Aside h. 52.247-34 F.O.B. Destination i. 52.252-1 Solicitation Provisions Incorporated by Reference j. 52.252-2 Clauses Incorporated by Reference k. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items l. 252.246-7000 Material Inspection and Receiving Report m. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports n. 5352.201-9101 Ombudsman 8. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 9. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule). To have a bid considered for award all vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" bid and removal from award consideration. Partial shipments are not acceptable. Vendor bids should be valid for at least 30 days from close of this announcement. Quotes will be accepted via email only. Email jim.robinson@Langley.af.mil NLT 8 September 2010, 4:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Contract Specialist, Mr. Jim Robinson, Phone: 757-225-7706. Recommend that you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-10-T-5001/listing.html)
 
Place of Performance
Address: See Delivery Location Spreadsheet, United States
 
Record
SN02254163-W 20100827/100825235147-a5629ed7e8cc0c470e3b7e8db1c65a9c (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.