Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

84 -- Tactical Gear

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883611T0347
 
Response Due
9/21/2011
 
Archive Date
10/6/2011
 
Point of Contact
Derek Devine 904-542-1090
 
E-Mail Address
derek.devine@navy.mil
(derek.devine@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures at FAR 12.6, 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 (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N68836-11-T-0347. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110629. It is the contractor ™s responsibility 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/dfars/index.htm. The NAICS code is 31599 and the Small Business Standard is 500 employees. This is a competitive unrestrictive action. The NAVSUP Fleet Logistics Center (FLC), Jacksonville requests responses from qualified sources capable of providing the following Brand Name or equal Protech tactical equipment: Salient Characteristics of Tactical Equipment Item 1: Manufacturer: Safariland, Protech ®Tactical Delta LT Ballistic Helmet, Manufacturer Part #: 873P or equal. 35 Each size extra large 85 Each size large 50 Each size medium Salient Characteristics: Coyote Brown in color (or equal) Lightweight design with pad inserts Meet Level IIIA ballistics criteria Must Comply with Deputy Secretary of Defense MEMO dated 27 JUL 07. See attachments. Item 2: Manufacturer: Safariland, Protech ®Tactical APV Protective Vest with Ballistic BR01 Package and MOLLE ®, Manufacturer Part #: SAR-APV-BR01 or equal. 5 Each size extra large 35 Each size large 85 Each size medium 45 Each size small Salient Characteristics: Coyote Brown in color (or equal) All purpose over the shoulder MOLLE ® vest Must meet NIJ 0101.06 standard Accept the ESAPI plates in front and back Must comply with NAVSEA SYSCOM MEMO for the record dated 3 SEP 10. See attachments. Item 3: Manufacturer: Safariland, Protech ®Tactical Single Side Arm Mag Pouch, Manufacturer Part #: TP10 or equal 340 Each Salient Characteristics: Coyote Brown in color Must be able to attach to a MOLLE ® type vest with snaps Capable of carrying one (1) 9MM pistol magazine Item 4: Manufacturer: Safariland, Protech ®Tactical Double M4 Mag Pouch, Manufacturer Part #: TP5A or equal. 340 Each Salient Characteristics: Coyote Brown in color (or equal) Must be able to attach to a MOLLE ® type vest with snaps Accept two (2) M16 magazines Item 5: Manufacturer: Safariland, Protech ®Tactical ALS Tactical Thigh Holster with Drop Flex Adapter, Manufacturer Part #: 6354-73-551-MS25 or equal. 150 Each Salient Characteristics: Coyote Brown in color (or equal) Hard plastic tactical thigh holster Drop flex adapter Must accept a 9mm pistol Designed for a right handed user Item 6: Manufacturer: Safariland, Protech ®Tactical ALS Tactical Thigh Holster with Drop Flex Adapter, Manufacturer Part #: 6354-73-552-MS25 or equal. 20 Each Salient Characteristics: Coyote Brown in color (or equal) Hard plastic tactical thigh holster Drop flex adapter Must accept a 9mm pistol Designed for a left handed user Item 7: Manufacturer: N/A. MOLLE ® 40 Ounce Hydration Pouch 170 Each Salient Characteristics: Coyote Brown in color (or equal) 40oz Camelback style (hydration system) with snaps to attach to MOLLE ® attachment platform Item 8: Manufacturer: N/A. 40 Ounce Hydration Bladder Salient Characteristics: 40oz bladder for hydration system Anti-Microbial Must be compatible with item 7 Delivery F.O.B. Destination to SWFLANT Kings Bay, GA 31547. Delivery Date Within 60 Days after receipt of order. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. Vendors should clearly identify the item quoted by brand name, if any; and make or model number; include descriptive literature such as illustrations, drawings, or technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the specifications. Unless the offeror clearly indicates in its offer that the product being offered is an œequal product, the offeror shall provide the brand name product referenced in the solicitation. QUALITY ASSURANCE--The contractor shall provide ALL new (unused) equipment. Equipment shall be factory tested and ready to be used at the time of delivery. WARRANTY REQUIREMENTS--The contractor shall provide the government with a one-year commercial warranty on all equipment including parts and service. During warranty period, the contractor shall provide technical phone support. A one-year warranty shall commence after the on-site customer acceptance of equipment. DOCUMENTATION-The contractor shall provide to the Government: operations manuals and support manuals. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, EVALUATION COMMERCIAL ITEMS (JAN 1999); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.204-10-Reporting Executive Compensation and first Tier Subcontract awards; 52.211-6-Brand Name or Equal, 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Re-representation, 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of employee Rights Concerning Payment of Union dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; Quoters who are not registered in ORCA are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea; UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Award will be made only if the offeror, the product/service or the manufacturer meets qualification/requirement at time of award. The Government intends to make a single award to the responsible offeror whose offer meets the technical requirements set forth above and provides the lowest price to the Government. At the discretion of the Contracting Officer, the government intends to evaluate proposals and award a contract without discussion with offerors. Initial offer should therefore contain the Offeror s best terms and price. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Any questions regarding this solicitation should be forwarded via email to the contract specialist, Derek Devine, at derek.devine@navy.mil. All quotes shall include price(s), delivery schedule, point of contact and phone number, GSA contract number if applicable, business size, FOB point, Cage code, Dunn and Bradstreet number, Tax Identification Number, and payment terms. Each response must clearly indicate the manufacturer and part number that is being quoted. Quoters must be registered in the CCR database. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M. (EST) 9/21//2011 and will be accepted via fax 904-542-1098 or via e-mail derek.devine@navy.mil. Email is the preferred method.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33bf50cfe207d79a91d0184acb6475a7)
 
Record
SN02578443-W 20110917/110916000055-33bf50cfe207d79a91d0184acb6475a7 (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.