Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

84 -- Personal Body Armor - Statement of Work

Notice Date
5/19/2011
 
Notice Type
Presolicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1011R0014
 
Archive Date
8/13/2011
 
Point of Contact
Richard A Travis, Phone: 317-614-4580, John P Callahan, Phone: 317-614-4934
 
E-Mail Address
Richard.Travis@dhs.gov, john.callahan@dhs.gov
(Richard.Travis@dhs.gov, john.callahan@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work The Department of Homeland Security intends to issue indefinite-delivery indefinite- quantity contracts for personal body armor for all agencies under their aegis. The proposed contract(s) will be issued to cover a five (5) year period with the potential for purchase of an estimated 72,750 body armor packages over the contract term. The proposed contract will include a basic armor package which will consist of the following items: Ballistic Panels (1 Set - Front and Back) NIJ Level IIIA 0101.06 Standard, Trauma Pad (1 each), Concealable Carriers (2 each) and a Carry Bag (1 each). Additional items are to be offered on a separately priced basis and may be included in the package for each ordering agency within DHS. These items include the following; Concealable Carriers, Outer Garment Carriers, Accessory Pouches (Handgun, M4, Radio, Handcuff, Generic Large and Small Versions, Moisture Wicking Undergarments, and Additional Straps.) All items will be required to meet appropriate DHS standards and are defined in the attached Statement of Work (SOW) that will be part of the solicitation package. This solicitation will be evaluated on a "Best Value" basis which will take into account comfort/fit as well as ballistic and price considerations. In order to evaluate each offeror's armor for overall comfort and fit, an initial submission of nine (9) sets of armor will be made to the CBP's Office of Border Patrol Sector Headquarters in McAllen, TX. Each potential offeror shall measure nine (9) CBP Officers/Agents and then provide an armor package that includes ( ONLY ) a concealable or outer garment carrier (as applicable), the ballistic panels (1 set - front and back), trauma pad, and carry bag to be used for those vests for comfort and fit testing. Only Sections 4.1 through 4.8 of the SOW are applicable for armor being supplied for comfort and fit testing. Potential offeror's representatives shall be available for measuring on June 28, 2011 at 8:30 am. The location is as follows: US Border Patrol Sector Headquarters 4400 South Expressway 281 Edinburg, Texas 78542 For security purposes, potential offerors shall forward the names and contact information of all personnel who will be attend the June 28 th measurement session to the Source Selection Advisory Chairperson Dave Bak via email no later than close of business on June 10, 2011. The email address is dave.bak@dhs.gov. Completed body armor packages must be received by CBP no later than 5:00 pm EST on July 18, 2011. Armor shall be shipped to same address listed above, and include the following "c/o DHS Body Armor Solicitation, attn: Juan Cano". The armor must be NIJ IIIA Certified at time of receipt, including identification paperwork showing model designation and a copy of the NIJ Letter of Certification, and will be black in color with no company markings or logos. This acquisition is a total small business set aside. All responsible small business sources may participate in the comfort and fit testing. The final solicitation package will be issued on/around June 28, 2011. Only small businesses that provided the sample armor sets noted above in response to this posting may submit a proposal which shall be considered by the agency. Additional body armor shall be required for the final solicitation submission. This armor must be of the exact same model designation submitted for the comfort portion of the evaluation process. The applicable NAICS code is 315999 with a small business size standard of 500 employees. See Numbered Note 1. Any questions relative to this notification are to contact (email only) the Contracting Officer, Rick Travis at richard.travis@dhs.gov or John Callahan at john.callahan@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1011R0014/listing.html)
 
Place of Performance
Address: Customs and Border Protection, 6650 Telecom Drive, Indianapolis, Indiana, 46278, United States
Zip Code: 46278
 
Record
SN02452009-W 20110521/110519234406-645f8031707ee1f22c2f002feae17dd1 (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.