Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

93 -- NIJ LEVEL IV WINDOWS AND GUNPORTS - ONE (1) UNIT

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-1292-7094
 
Response Due
12/19/2011
 
Archive Date
2/17/2012
 
Point of Contact
ellaine.james, 601-634-2396
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(ellaine.r.james@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Request for Quotes are being requested and a written solicitation will not be issued. Requisition Numbers W81EWF-1292-7094 applies and are issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 332312. Size Standard is 500 employees. FOB Destination: Vicksburg, MS 39180. The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Survivability Engineering Branch has a need for the following: Line Item 0001: NIJ Level IV Ballistic Glasing and Gunport, Quantity one (1), Unit: Each, Unit Price: _______, Total Amount ________. NIJ Level IV Windows and Gun Ports BACKGROUND: The Engineer Research and Development Center (ERDC) needs to purchase several glass-clad polycarbonate windows for an ongoing research program. These windows will be delivered to ERDC at the address below. Four styles are required; two styles will require a gun port specified below. All components, gun ports and windows, must meet or exceed the National Institute of Justice (NIJ) Level IV for ballistic protection. SPECIFCATIONS: WINDOWS: 1. Dimensions and quantities are found in schematics below. 2. Lay-up shall be glass (exterior)-polycarbonate with an anti-abrasion layer/coating processed to form one plate of glazing. Thickness will be determined by the vendor to meet the NIJ Level IV standard. 3. Windows shall be clear. GUN PORTS: (Similar for both Styles 1B and 2B) 1. The gun port assembly must be removable from the glazing for construction issues, or at least be disassembled to be flush with the face of the glazing. 2. The gun port must have an operational plate/door that has a nominal 6 inch diameter unobstructed access for return fire from rifles or machine guns. The open/closable plate must have a latching mechanism to prevent operation from the exterior side. 3. All gun port components must be painted or made form corrosive resistant material. DELIVERY: 1. Delivery date is 4 weeks from the award of the contract. 2. Windows shall need to be packaged or crated on a pallet for handling purposes. RESPONSES: IAW 52.212-2, Evaluation-Commercial Items Response to this request shall include the following information: 1. Company name, address, point of contact, phone number, and e-mail address 2. Statement addressing current registration status in CCR 3. Statements and/or details regarding capability to meet design requirements 4. Documentation that the vendor's window system meets the NIJ Level IV requirements 5. Estimated lead time for the delivery of these window assemblies FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. In addition to CCR, awardee will be required to complete SF 3881 - ACH Vendor/Miscellaneous Payment Enrollment Form. An electronic version of this form can be found at GSA.gov. Vendors shall quote to provide and deliver the Windows/Gunport specified. Quotes are due 19 December 2011 by 1200 hrs (12:00pm) Central Standard Time at ERDC Contracting Office, Attention: Ellaine R. James, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Ellaine.r.james@usace.army.mil will not be accepted. For information concerning this solicitation contact Ellaine James at 601-634-2396, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 332312. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Any questions shall be emailed to Ellaine.r.james@usace.army.mil. A Question and Answer Document will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 18 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-1292-7094/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02638984-W 20111216/111214234209-ce7fe44f926e529bed1ad9fb2e5d29a0 (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.