Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
MODIFICATION

84 -- RBPO Course - Training Gear

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY16RR039
 
Response Due
7/20/2016
 
Archive Date
1/16/2017
 
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
AMENDMENT NOTICE: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 FY16RR039 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 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 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 2016-07-20 14:00:00.0 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: Chemlight, Red, Case of 100; Ability One NSN 6260-01-178-5559 (exact match only), 1, CS; LI 002: Chemlight, Green, Case of 100; Ability One NSN 6260-01-074-4229(exact match only), 1, CS; LI 003: Chemlight InfraRed 6", 8 hour, case of 100, 1, CS; LI 004: ASP RED TRAINING KNIFE - Red training equipment is realistic, lightweight replicas of actual law enforcement equipment. This is a molded replica of a knife., 8, EA; LI 005: Red Training Colt M4 - This Red Gun? is a replica of the Government M4 Collapsable Stock Carbine. It is a full-size, lightweight exacting replica of the actual firearm. It is ideal for weapon retention, disarming, building searches, and sudden assault training. Same size, looks and feel of real firearms, Stock is fixed in extended mode, Red color mitigates mistaken identity with real firearms, 16, EA; LI 006: Ring's Manufacturing Part Number: FSG17 GLOCK 17/22/31 BLUE Training Glock 17 pistol - This BLUE Gun?? is a replica of the Glock 17 pistol. It is a full-size, lightweight exacting replica of the actual firearm. It is ideal for weapon retention, disarming, building searches, and sudden assault training. Same size, looks and feel of real firearms. Red color mitigates mistaken identity with real firearms Made of rust-proof molded urethane Shaped, sized and detailed to duplicate the GLOCK 17 9MM, 8, EA; LI 007: BINOCULARS, Bushnell Legacy WP 10 x 50 Binoculars 12-0150: BaK-4 prisms, Fully multi-coated optics, 100% waterproof, Rubber armored for secure grip, Center focus, Twist-Up eyecups, Long Eye relief, Power x Obj.: 10x50, Size Class: Standard, Focus System: Center, Prism System: Porro, Prism Class: BaK-4, Lens Coating: FMC FOV, ft.@1000yds. / m@1000m: 341/114, Close Focus, ft./m: 18/5.5, Exit Pupil, mm: 5.0, Eye Relief: 18, Eyecups: Twist-Up, Weight, oz./g: 30.5/865 Water/Fog Proof: Yes, Adapt to Tripod: Yes, 6, EA; LI 008: SEARCH MIRRORS, NTESM1000 offers the best advantage for viewing the undercarriage of vehicles.NTESM1000 offers the best advantage for viewing the undercarriage of vehicles. A large 12 in. (30 cm) convex mirror along with the aid of a bright 4 LED light assembly, provides the operator an easy and quick view. This mirror was specifically chosen for its low-profile convex shape that provides a more realistic image, unlike the images normally associated with many convex mirrors. To enhance the specially designed convex mirror's image reflection, the mirror is tilted towards the operator, providing a direct, clear view of the image. NTEMSM1000 Specifications - 12 in. Diameter (30 cm) convex mirror tilted for easy viewing, Bright LED light bar (x2), 15hrs run time, Quick change standard 9v (x2) batteries located inside the pole, Foam hand grip, Deluxe swivel caster (x3), Mil spec water tight push button switch. Telescopic, non-rotational, black anodized pole (4 sections), Length 25? to 66? (63.5 cm to 167.5cm), non-rotational telescopic pole (5 pc.), Weight: 7.0 lbs ( 3.2 kg), 4, EA; LI 009: Protractor, Tradition Creek Part Number: 853449004005 The map protractor is a great tool for anyone using topographic maps. Find 4, 6, and 8 digit grid coordinates using the UTM or MGRS, find aziumths, measure straight and road distances, and much, much more., 20, EA; LI 010: Compass, Silver Ranger 515 CL: With scales of 1:24,000, 1:25,000, and 1:50,000, the Silva Ranger 515 CL sighting compass makes plotting easy no matter which type of topographic map you're using. Other versatile compass features include a 0-360 degree bezel with 2 degree increments, clinometer, 1/20-inch scale, millimeter rules, silicone feet for map gripping, adjustable declination, sighting mirror with vee notch, and lanyard with adjustable slider. Dimensions: 4" x 2-1/2", Overall Weight: 2.3 oz., 17, EA; LI 011: GPS RINO Model 610 with World Map CD Physical & Performance:Unit dimensions, WxHxD: 2.3" x 4.5" x 1.6", 7" high with antenna (5.8 x 11.4 x 1.6 cm, 17.8 cm with antenna), Display size, WxH: 1.4" x 1.4" (3.6 x 3.6 cm), Display resolution, WxH: 160 x 160 pixels, Display type: 4-level grayscale LCD, Weight: 7.6 oz (236 g) with batteries, Battery: 3 AA batteries (not included), Battery life: 14 hours, Waterproof: yes (IPX7), High-sensitivity receiver: No, Interface: serial. Maps and Memory:Basemap: yes, Preloaded maps: no, Ability to add maps: yes, Built-in memory: 24 MB, Accepts data cards: no, Waypoints/favorites/locations: 500, Routes: 20, Track log: 10,000 points, 20 saved tracks,Features and Benefits: Automatic routing (turn by turn routing on roads): No, Electronic compass: yes, Barometric altimeter: yes, Camera: no, Picture viewer: no, Unit-to-unit transfer and ANT+? compatible: no, Hunt/fish calendar: yes,Sun and moon information: yes, Area calculation: yes, Other: Frequency band: FRS and GMRS, Channels: 22, Squelch codes: 38, Transmit power: 0.5 watts FRS; 1.0 watt GMRS Range: Up to 2 miles over FRS; up to 5 miles over GMRS, VOX (voice activation): yes, Location reporting (send and receive GPS positions): yes, Vibration alert: yes, NOAA weather radio: yes, 16, EA; LI 012: Bushnell Elite 1 Mile ARC Laser Range Finder: The first laser rangefinder found under the Bushnell Elite Tactical family name, the Elite 1 Mile ARC is a remarkable advantage for long-range shooters. 7x magnification VDT (Vivid Display Technology) 2nd Generation E.S.P. (Extreme. Speed. Precision.) - Provides up to 1/2 yard accuracy and 1/10-yard display precision VSI (Variable Sight-in) Rifle Mode ? provides bullet-drop/holdover in CM, IN, MOA & MIL. BullsEye,? Brush? and Scan mode Range: 5?1760 yards Diopter adjustment Compatible with magnetic attachment system Fully waterproof Built-in tripod mount Posi-Thread? battery door, 4, EA; LI 013: FLIR Recom M24 320x240 Thermal Monocular: Imaging Performance ?FPA Resolution 320x240,Ezoom ? 2x/4X digital, Field of View ? 24 degrees x 18 degrees, Versatility ? Extender Lens option, Image Diplay ? 640 x 480 monochrome LCD, On/off switch, scroll knob for gain and brightness, mode control button, forced calibration button, Calibration ? Automatic (USB commandable) or on demand, Power Source ? two 3V CR123 batteries, Battery Life - >3 hours at room temperature, Hotswappable batteries(batteries can be removed one at a time without killing power), Inputs ? USB, sealed jack with dust cover, Output- USB, status and still imagery, Video ? RS-170 or PAL, Weight ? 14oz with batteries, Mounting ? ??-20 tripod with VHS pin, detachable external device mounting rail, Dimensions: 4.6?L X 3?H X 2.5?W, Environmental: Operating Temperature -32 degrees ? to 55 degrees Celsius, Included with Carry Bag, Manual, 2 batteries, 4, EA; LI 014: LEATHER HANDCUFF CASE: Perfect for carring your S&W Handcuffs is this black leather handcuff case. It accomodates our popular Model 1 Chain Linked Handcuff. This cuff case is crafted from the finest full grain leather and is oil finished in black. It is embossed with our Smith & Wesson logo and accomodates belts up to 1-3/4" wide., 16, EA; LI 015: Handcuffs, Smith & Wesson Part Number: 350103 Stainless Steel/heat treated internal lock works, featuring: smooth ratchets for swift cuffing and double locks to prevent tampering/ meet or exceed U.S. National Institute of Justice tests for workmanship, strength, corrosion and temper resistance/chain linkage betweencuffs., 16, EA; LI 016: EZ Cuffs Part Number:300-S EZ Model 300S Single Loop Restraints pack of 10 Single loop, molded nylon restraints. 22"" long, 1/2"" wide, 600 lbs. Tensile strength, 300 lbs. Loop strength. Meet Mil-spec #23190 testing standards. White. Packs of 10, 12, EA; LI 017: NVG, Model: USNV-PVS-14A, Part Number: #000453 Weight: 13.5 oz. (With Battery installed) Length: 4.5? (With Rubber Eyecup: 6.5?) Height above rail: 2.75? Image Intensifier: Multi-Aquiline Gen 2+ Controls: On/Off/IR/Focus Adjustment Diopter & Ocular Power Source: 1 AA Battery Battery Run Time: 40 Hours Continuous Operation Infrared Illuminator: Built-in w/Indicator Light in operator Field-of-view Low Battery Indicator: Light activates in operator Field-of-view Shuttered Covert Eyeguard: Prevents backlighting of operator (Optional) Weapon Mount Attachment System: 25/20 Quick Detach Rail Mount (Optional) Optional Magnifiers: Compatible with 3x & 5x Military Lenses Operational Temperature Range: -30? to +60? C. Submersion Range: 10 feet for 2 hours Optical Magnification: 1x to 1x Minimum & Maximum Recommended Day Scope Magnification: 1x to 7x w/Optional MonoLoc ERD Sight Compatible: EoTech 551/552/553 Series & AimPoint Comp M2/M3/M4 w/IR Mode Reticles Maximum Field of View: 40 Degrees Minimum & Maximum Focus Range: 1 Yard to Infinity Diopter Adjustment: +2 to -6 Objective Lens F Stop: f/1.12 Included Accessories: OD Green Military Soft Case, Shoulder Strap, Head Mount, Transfer Arm, AA Battery, Eyecup, Lens Tissue, De-mist Shield, Sacrificial Lens, Brow Pads, Ops Manual., 4, EA; LI 018: Wrist Watch: Smith and Wesson Military Watch Set: water resistant up to 30 meters, precision quartz Japanese movement, black face and case with date, luminous hour, minute & second hand, 3 interchangable heavy duty canvas watch bands: olive, black & khaki, case & bezel are mafe of alloy, back of watch is stainless steel, includes battery (one per participant, one per facilitator), 16, EA; LI 019: REDMAN STRIKING SHIELD, SKU#BS300P, Shield covers training partner to keep them safe from heavy blows / Absorbs impact / Adjustable strap / 30"H x 19 1/2" W x 5 1/2"D (one for evry two participants, one per every two facilitators), 8, EA; LI 020: TurtleSkin SnakeArmor's reversible snake protection gaiters are designed so that you can wear either the natural camo pattern or reverse it to the lighter khaki side. Constructed from a super-tight weave of high-strength ballistic aramid and PET fibers, SnakeArmor snake gaiters are windproof, waterproof, and flexible. Simply close up the back and cinch the elastic top for a snug fit. Lightest snake gaiter available,Tested with live rattlesnakes, Sturdy, rust-proof zipper, Fits men and women, Breathable and cool, Made in the USA, Folds compactly, Waterproof, Reversible, 20, EA; LI 021: 1/2" X 48" hardwood dowel, 16, EA; LI 022: Cord, Extension, 1 outlet, 3 prong, 50' electrical, 2, EA; LI 023: BlackHawk Storm Constructed of high-quality 1.25? nylon webbing, Single-point sling design Elliptical bungee provides comfort and support, Compressed tubular nylon sheathing limits bounce and enhances retention Removable, elastic-encased MASH Clip for quick, positive firearm attachment,. Heavy-duty tri-glide buckle, metal oval ring, and dual 300 lb. test side-release buckles for quick sling detachment, firearm attachment, and weapon removal, 4? flex for weapon agility and CQB tactics, Adjusts from 46? to 64? in diameter with tri-glide buckle to fit all body sizes and around bulky tactical vests or gear, Robust bar tacking and box stitching for maximum strength., 16, EA; LI 024: Camo Face Paint, "Dozens of camouflage combinations and colors. Create any pattern. 5 colors. To replicate woodland camouflage and grey bark camouflage. Colors: Black, olive drab, brown, light green, and grey. Mirror included. GI Government Issued Type. Pocket size. Easy to carry around. Painting is temporary, painted onto the human skin, and lasts for only several hours. From ancient times, face paint has been used for hunting, religious reasons, halloween, and military reasons (such as camouflage and to indicate membership in a military unit). The ultimate face paint and make up. Woodland-Grey-Bar-Camouflage 5 color compact face paint., 17, EA; LI 025: Hearing Protection, Peltor Part Number: 97044 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. (one per participant, faciliatator, interpreter), 20, EA; LI 026: TRASH BAG 33 GALLON-HEAVY DUTY BX OF 100, 1, BX; 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. 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). 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. 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/FY16RR039/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN04182839-W 20160716/160714235017-db290be98818791826c94b7c545647c6 (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.