Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

84 -- RBPO Course - Individual Equipment

Notice Date
10/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY15RR0012
 
Response Due
11/10/2014
 
Archive Date
5/9/2015
 
Point of Contact
Name: Ronald Rokosz, Title: Logistics Coordinator, Phone: 5712269623, Fax:
 
E-Mail Address
rokoszrj@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 this notice.The solicitation number is FY15RR0012 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 FAC 2005-77. The associated North American Industrial Classification System (NAICS) code for this procurement is 316998 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside 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 2014-11-10 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: STRANHOGG-MBAV MODEL : STRANHOGG MBAV BALLISTIC VESTS, NBOW LOW PROFILE TACTICAL VEST 6/12 COYOTE Large, Quickly integrates additional armor protection as mission dictates and provides 360 degree pocket attachment fields utilizing the patent pending 6/12 attachment system. The vest can be removed without taking it off over the head for rapid access to administrative pockets or medical treatments to the torso and the left and right shoulders and/or the right left lower torso utilizing the patent pending "TUBES" Releasing System. MEDIUM, 20, EA; LI 002: STRANHOGG-MBAV MODEL : STRANHOGG MBAV BALLISTIC VESTS, NBOW LOW PROFILE TACTICAL VEST 6/12 COYOTE Large, Quickly integrates additional armor protection as mission dictates and provides 360 degree pocket attachment fields utilizing the patent pending 6/12 attachment system. The vest can be removed without taking it off over the head for rapid access to administrative pockets or medical treatments to the torso and the left and right shoulders and/or the right left lower torso utilizing the patent pending "TUBES" Releasing System. LARGE, 40, EA; LI 003: STRANHOGG-MBAV MODEL : STRANHOGG MBAV BALLISTIC VESTS, NBOW LOW PROFILE TACTICAL VEST 6/12 COYOTE Large, Quickly integrates additional armor protection as mission dictates and provides 360 degree pocket attachment fields utilizing the patent pending 6/12 attachment system. The vest can be removed without taking it off over the head for rapid access to administrative pockets or medical treatments to the torso and the left and right shoulders and/or the right left lower torso utilizing the patent pending "TUBES" Releasing System. X-Large, 20, EA; LI 004: BALLISTIC PLATES STEEL NBOW Level III Stand Alone Plates, 8x10, SSI Level III Stand Alone Plates, 8x10, 160, EA; LI 005: Team Wendy Part Number: EXFIL Tactical Bump Helmet The first carbon fiber helmet made with our next generation helmet liner technology.Leveraging our expertise in helmet liner development and our long-standing partnership with the U.S. Military, the EXFIL?? Tactical Bump Helmet is our first complete solution for head protection in the tactical market.Using technology largely developed under an Army Natick Soldier RD&E Center program, the EXFIL?? features a hybrid sling/polymer structure impact management system that offers improved multi-impact performance. The liner also allows for suior air flow and ventilation by creating Standoff between the wearer ?s head and the helmet shell. Made of durable TPU, the liner is resistant to wear and environmental extremes.Designed with functionality in mind, the EXFIL?? is made of lightweight carbon fiber and is compatible with tactical communication headsets. Picatinny rails provide a wide range of attachment and positioning options, and webbing slots offer cable management. The EXFIL?? is compatible with most 3-hole NVG shrouds and mounting systems. A custom Wilcox shroud is offered as an add-on option. The helmet also comes equipped with Team Wendy?s newest retention system made with cam-lock sliders for easy and secure adjustment and a Boa?? Closure System for optimized stability and fit., 64, EA; LI 006: PZL.304 Petzl TACTIKKA XP Headlamp Powerful headlamp with 3 lighting levels, Boost mode and colored Wide Angle lenses Discreet proximity lighting while preserving night vision colored (red, green, blue) and transparent Wide Angle lenses included, interchangeable lenses, carrier for second lens located on headband. A single light source that addresses multiple lighting needs 3 lighting levels : maximum, optimum, economic, flood beam for sharp, proximity lighting (Wide Angle lens), spot beam shines up to 35 meters, Boost mode : shines 50 meters for 20 seconds. Compact and lightweight single compartment for LED and batteries less than 100 g including batteries. Battery level indicator light warns when the batteries are 70% and 90% discharged. Certification CE Technical specifications Available in desert or forest camouflage Water resistant for all-weather use. Wide Angle lenses made of impact resistant polycarbonate. Strobe mode. Operates on 3 AA/LR03 batteries (included). Weight : 95 g including batteries C 3-year guaranteePeztel, 64, EA; LI 007: ProTac? 1AA ULTRA-COMPACT TACTICAL LIGHT The combination of small size and C4? LED output results in one of the brightest tactical personal carry lights for its size: High, low and strobe modes, C4 LED illumination output and run times: HIGH - 50 lumens/1.75 Hours, LOW - 6 lumens/22 Hours, STROBE - 4 Hours, Includes 1 AA alkaline battery, Solid State power regulation provides maximum light output throughout battery life, Rubber push button tail cap switch, IPX7 rated design; waterproof to 1 meter for 30 minutes, Impact-resistant tempered glass lens, Unbreakable pocket clip, Anti-roll head, Includes nylon holster. An IR Cover and Red Lens cover must accompany each ProTac flashlight ", 64, EA; LI 008: ROTHCO RIP STOP NYLON PONCHO BLACK: Ripstop Nylon, Usable as a shelter-half or ground cover, Draw-string hood, Snap sides, Grommeted corners, DIMENSIONS: 54.50" x 60.00", 80, EA; LI 009: UnCorded Foam Hearing Protectors ~ Box of 200 "Uncorded, 200 per box Soft foam and comfortable design conforms to ear for extended wear Ideal for high noise environments Tapered shape offers easy instertion for any ear canal Individually bagged, one pair per bag NOTE: Contains Latex, 4, BX; LI 010: SAFETY GLASSES-SHOOTING,NBOW Titan Matte Black w/ Smoke Insert,NBOW Titan fixed maritime eye protection. This system utilizes clear ballistic lens with interchangable Smoke UV insert. Two inserts included. One with foam and one without.GSS, 64, EA; LI 011: 3 day assault pack coyote; A true Assault Pack, the ECP?? is quickly and cleanly attached to many different platforms or utilized in a stand-alone mode, carried like a backpack or as a single strap bag that keeps your shoulder pocket clear for the stock of your weapon. The exterior flap is secured with shock cord and provides enough space to hold a helmet, positive air breathing system like the CV420 or can be completely removed. The pocket inside the exterior flap can hold the Avon M53 Series Protective Mask and has an elastic daisy chain that is sized to hold flash-bang and smoke grenades. The rear-most pocket can hold an included comfort pad, hydration bladder of up to 3 liters, or optional internal frame. The ECP? ? is designed to support your next ?no knock, no warning? entry missioFirst Spear, 64, EA; LI 012: Larg Rolling Load Out Bag Keep your travel essentials stylishly stowed and neatly organized in the SOC Gear Rolling Load Out Bag. This lightweight and durable fabric duffel bag-style wheeled upright suitcase features a spacious, zippered and lined main ompartment with zippered lid pockets, zippered and elasticized pouches perfect for holding your accessories and toiletries, and plenty of room for your trip necessities. Zippered outside pockets provide additional storage space and quick access to frequently-needed items, and the SOC Gear Rolling Load Out Bag comes with three wheels for smooth maneuvering. Product Specifications Size: Checked - Extra Large Dimensions: 37"" x 12.3"" x 17"" Weight: 13 lbs, 4 oz Capacity: 7400 cu. in. Material: Fabric Warranty: Lifetime Warranty against manufacturer's defects. Linear Inches: 66.30", 64, EA; LI 013: CAMELBAK THERMOBAK 3L OMEGA, coyote, D-ring attachment points to add to loadbearing vest or ruck, Quick-release shoulder straps unclip for easy removal and stow-away inside built-in pocket, Add or remove nametags and unit badges quickly with integrated Velcro strips, Tough, abrasionresistant 1000D Cordura?? Fabric exterior, External fill allows for easy access to the OMEGA HydroTanium?? Reservoir, Front zippers allow for easy access to the massive OMEGA external access port for easy filling, cleaning and adding ice, 80, EA; LI 014: PELTOR TAC 6S: small, compact, foldable hearing protector. When folded, the shape of a ball, small enough for storage in a pocket or a bag during transportation. Electronically Suppresses sounds over 79 dB. Four 1.5V AAA batteries give an outstanding 200 hours of service. In addition, the Tactical 6S is equipped with a unique spring steel headband that maintains attenuation better than ordinary plastic headbands., 24, EA; 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, Department of State 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. Department of State 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. 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 All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. 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 Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. 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. 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, among others. 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 ________________________________________________ Price _______________ Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). Delivery must be made within 60 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. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY15RR0012/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03562426-W 20141101/141031000723-1d1bd6e2548b1417b70fedd8611d8715 (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.