Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SPECIAL NOTICE

99 -- ESAPI PLATES - Package #1

Notice Date
12/3/2013
 
Notice Type
Special Notice
 
NAICS
326130 — Laminated Plastics Plate, Sheet (except Packaging), and Shape Manufacturing
 
Contracting Office
Department of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, Russsell Knox Bldg, 27130 Telegraph Road, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
N6328514SU00163
 
Archive Date
12/20/2013
 
Point of Contact
Cynthia Springs, Phone: 5713059289
 
E-Mail Address
cynthia.springs@navy.mil
(cynthia.springs@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Esapi Plate ESAPI BULLET RESISTANT PLATES The Naval Criminal Investigative Service, intends to award a sole source award under solicitation number N63285-14SU00163. This procurement action is being conducted under FAR part 15 and 6.302-1 with the authority of 10 U.S.C. 2304 (c)(1), The distributor Atlantic Diving Supply is the only one responsible source for manufacturer Leading Technology Composites Inc. and no other supplies or services will satisfy the requirement; therefore proposals cannot be submitted directly on this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 326130 with a small business size standard of 500 employees. The requirement is to provide enhanced plates that would provide protection. The distributor and source, ADS is the only vendor who can provide the requested ESAPI plates that meet NCIS's required mission. The ESAPI plates are needed and meet the operational and logistics needs of the contingency response field office, for various missions throughout the NCIRA Locations. Description 1. ESAPI Plates 28520-L quantity 14 each Model 28520/Black ESAPI Bullet Resistant Plate Ballistically compliant to ESAPI specs. Ballistic Protection to NIJ Level IV size large Boron Carbide 2. ESAPI Plates 28520-M quantity 20 each Model 28520/Black ESAPI Bullet Resistant Plate Ballistically compliant to ESAPI specs. Ballistic Protection to NIJ Level IV size Medium Boron Carbide. Manufactured from a ceramic core backed with a high performance composite layered fiber. Finished in black Cordura nylon covering. See LTC brochure attachment. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for at least 30 calendar days after close of bid. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b):. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection. All shipments MUST include the Packing List. Sellers MUST enter exactly what they are bidding (including make, model, and description. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price. Award of bids will be evaluated by price, technical capability, delivery and past performance. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical Compliance with Solicitation, Delivery and Warranty Information, Past Performance,and Price, Technical and past performance, when combined, are more important than price. Contracting Office Address: Place of Performance: Quantico VA 22134 US Point of Contact(s): Name: Cynthia Springs Title: Purchasing Agent, Fax:, Email: Cynthia.springs@navy.mil Point of Contact(s): CYNTHIA SPRINGS THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES OR SOLICITATION OF OFFERORS. Interested persons may identify their interest and capability to respond to the requirement no later than 12:00 PM Eastern Daylight Time, 6 December 2013. Responses shall be submitted to the point of contact Cynthia Springs via e-mail, Cynthia.Springs@navy.mil Notice of Intent to Sole Source. A determination by the Government not to compete with this proposed contract based on upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79f6c0c5bf3e8845aa2bd76acbeaedc0)
 
Place of Performance
Address: Quantico, Virginia, 20705, United States
Zip Code: 20705
 
Record
SN03244825-W 20131205/131203234450-79f6c0c5bf3e8845aa2bd76acbeaedc0 (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.