Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

84 -- Military Police Equipment

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Wikersham and Chiles Building 330, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-11-T-0287A
 
Response Due
9/6/2011
 
Archive Date
3/4/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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 W911RZ-11-T-0287 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 315999 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2011-09-06 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Carson, CO 80913 The U.S. Army ACC MICC Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, Surefire 123A Battery (Brand Name or Equal) Minimum Specs: 9v Batteries (Please price per battery - 1,500 batteries in total - Amount per box is irrelevant) Must work with Surefire G2Z LED Combat Light (or Equal quoted in Item No. 002), 1500, EA; LI 002, Surefire G2Z LED Combat Light (Brand Name or Equal) Minimum Specs: Tan 120 Lumens Max Output Uses 123A type batteries 5.2 in length Aluminum Bezel, 170, EA; LI 003, SUPER BC BODY ARMOR HANGER (Brand Name or Equal) Minimum Specs: Built to hold body armor, tactial vest, other heave gear Raised hooks on tops to prevent vest from sliding off, 180, EA; LI 004, MM-01 TIMING CLOCK (Brand Name or Equal) Minimum Specs: 6 LED digits count to 9:59:59 Rechareable batteries can power for 9 hours. AC power cord included. 31-inches wide x 11-inches high x 5-1/2 inches deep. Weight: 12.5 lbs., 2, EA; LI 005, TS03 TRIPOD STAND (Brand Name or Equal) Minimum Specs: 6 foot tripod stand for clock Compatible with item from Item No. 004, 2, EA; LI 006, TS03 BAG (Brand Name or Equal) Minimum Specs: Compatible with item from Item No. 005, 2, EA; LI 007, MM-01C ATA CARRYING CASE (Brand Name or Equal) Minimum Specs: Compatible with item from Item No. 004, 2, EA; LI 008, PELICAN BLACK 9470 AREA LIGHT (Brand Name or Equal) 4 separate lamp heads (LED) 8000 lumen brightness 19.6 x 24.7 x 11.9" (72.85 tall extended) 12V rechargeable battery, 8, EA; LI 009, BLACKHAWK M9 Magazine Pouch (Brand Name or Equal) Minimum Specs: Holds 9m magazines Screw mount directly onto Tactical Holster Platform, Modular Drop-leg platform, or SERPA Holter Cyote Tan in color, 190, EA; LI 010, PHENIX GEAR M9 Vest Attachment (Brand Name or Equal) Minimum Specs: Holds 2 pistol Magazines Hook and Loop Closure MOLLE compatible 1000D CORDURA Multi-Cam pattern, 190, EA; LI 011, M4 Chamber Plug - Orange Minimum Specs: Must block chamber of M4 rifle for transport on Military Aircraft overseas, 400, EA; LI 012, M9 Chamber Plug Orange Minimum Specs: Must block chamber of M9 for transport on Military Aircraft overseas, 400, EA; LI 013, M249 Chamber Plug - Orange Minimum Specs: Must block chamber of M249 for transport on Military Aircraft overseas, 120, EA; LI 014, Powerflare IR Pucks (Brand Name or Equal) Minimum Specs: Litium CR-123 Battery Infrared LED output Olive Drab shell, 50, EA; LI 015, Powerflare Blue Pucks (Brand Name or Equal) Minimum Specs: Litium CR-123 Battery Blue Light LED output Olive Drab shell, 50, EA; LI 016, Powerflare Red Pucks (Brand Name or Equal) Minimum Specs: Litium CR-123 Battery Red Light LED output Olive Drab shell, 50, EA; LI 017, Magnaboard Ghost-Grid (Brand Name or Equal) Minimum Specs: GG548M 4 x 8 Framed Steel board with disappearing grid pattern, 8, EA; LI 018, BLACKHAWK SERPA LEVELII Thigh Holster (Brand Name or Equal) Minimum Specs: Thigh platform Lock secures weapon Right Handed set-up Y-harness suspension Holds M9, 170, EA; LI 019, BLACKHAWK SERPA LEVELII Thigh Holster (Brand Name or Equal) Minimum Specs: Thigh platform Lock secures weapon Left Handed set-up Y-harness suspension Holds M9, 20, EA; LI 020, MAILBOX1570-16SDAF TYPE 3 (Brand Name or Equal) Minimum Specs: 17.5 deep x 62 high x 30.5 wide Lockable 16 individual mail compartments, 5, EA; LI 021, SPEC OPS Wolf Hook Single Point Sling (Brand Name or Equal) Minimum Specs: Must fit the buttstock of an M4 Carbine Collapsable Stock 2 piece sling with clasp attachement, 135, EA; LI 022, HARRIS HBR H1A2BR (Brand Name or Equal) Minimum Specs: Black 6- 9 Spring Loaded, telescoping legs Folds parallel to barrel for carrying, 45, EA; LI 023, HARRIS HB638 Rail Adapter (Brand Name or Equal) Minimum Specs: Fits any Picatinny Rail Black Aluminum, 45, EA; LI 024, Blackhawk Tactical Entry Kit #2 (Brand Name or Equal) Minimum Specs: Must contain ram, window entry tool, hallagan tool, Breaching Hammer, Bolt Cutter, and Manual Entry tools All tools electrically non-conductive All tools fit into backpack for storage and carrying 1000 denier Nylon, 12, EA; LI 025, Blackhawk CQC Compact Light Carrier (Brand Name or Equal) Minimum Specs: Black Must fit Surefire G2Z LED Combat Light (or Item No. 001) Removeable belt clip Adaptable to fit Dual Rail Accessory Platform, 170, EA; LI 026, North American Rescue RAT Straps 90-0002 (Brand Name or Equal) Minimum Specs: 4200 lbs tensile strength Quick Release Shackle, 36, EA; LI 027, Otis Armorers Tool Kit MFG-4101 (Brand Name or Equal) 23" x 15" x 15" Tools required to service M4, M16, M9, M249, M240B, M203, M24, M2, MK19, 3, EA; LI 028, Otis Sqd Cleaning Kit MFG-1000-852-5 (Brand Name or Equal) Minimum Specs: Cleans 5.56MM, 7.62MM, 9MM,.45 Caliber,.50 Caliber & 12 Gauge weapons, 12, EA; LI 029, Blackhawk Caribeaners (Brand Name or Equal) Minimum Specs: Aluminum anodized Non Locking Black, 300, EA; LI 030, Blackhawk Fast Attack Tactical Litter (Brand Name or Equal) Minimum Specs: Two carry handles on each side and one drag handle at each end Open dimensions: 29W x 55L Rolled up dimensions: 4.25D x 29W Rolls up with its own carry handle for easy storage, 75, EA; LI 031, Blackhawk Pistol Lanyard (Brand Name or Equal) Minimum Specs: black rubber exterior Velcro loop fastener for belt attachement, 170, EA; LI 032, Shipping Central Receiving Wickersham & Chiles Bldg. 330 Fort Carson, CO 80913, 1, Lup Sum; 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, U.S. Army ACC MICC Fort Carson 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. U.S. Army ACC MICC Fort Carson 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to PATRICK.CLARK10@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following factors shall be used to evaluate offers: Award will be made on the basis of lowest price technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Contractor will provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. Equipment Requirement: New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The following provisions are applicable to this solicitation and may be viewed at http://farsite.hill.af.mil: 52.203-3 (Gratuities) 52.209-5 (Information regarding responsibility matters) 52.211-6 (Brand Name or Equal) 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications Commercial Items) 52.233-2 (Service of Protest) SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Amy W. Franklin. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) The following provisions are applicable to this solicitation and may be viewed at http://farsite.hill.af.mil: 252.209-7001 (Disclosure of Ownership or control by terrorist country) 252.225-7031 (Secondary Arab Boycott of Israel) 252.212-7000 (Offerors Representations and Certifications) OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) The following FARS clauses shall apply: 52.202-1 (Definitions) 52.203-6 AltI (Restrictions on subcontractor sales to the Government) 52.204-7 (Central Contractor Registration) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.209-6 (Protecting the Govts Interest when sub contracting) 52.212-4 (Contract Terms and Conditions Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) 52.219-8 (Utilization of Small Business Concerns) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-19 (Child Labor) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.222-35 (Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-37 (Employment Reports on Veterans) 52.222-40 (Notification of Employee Rights under Natl Labor Relations Act) 52.223-18 (Ban on texting and driving) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.229-3 (Federal State and Local Taxes) 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) 52.247-34 (F.O.B Destination) 52.252-2 (Clauses Incorporated by Reference) http://farsite.hill.af.mil: The following DFARS clauses shall apply: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials) 252.204-7004 Alternate A (Central Contractor Registration) 252.209-7004 (Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country) 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7000 (Offeror Reps & Certs Commercial Items) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.225-7012 (Preference For Certain Domestic Commodities) 252.232-7003 (Electronic Submission of Payment Requests) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) 252.243-7002 (Request for equitable adjustment) 252.247-7023 ALT III (Transportation of Supplies by Sea) AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af4376e2ee27b78dd17132b29b3df397)
 
Place of Performance
Address: Fort Carson, CO 80913
Zip Code: 80913
 
Record
SN02554879-W 20110901/110830235304-af4376e2ee27b78dd17132b29b3df397 (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.