Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
MODIFICATION

84 -- Ballistic Vest Inserts AMENDMENT 2 - Amendment 2

Notice Date
7/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
BB-16-054
 
Point of Contact
Elizabeth J. Kennedy, Phone: 7195564124, Jemimah Estrella, Phone: 7195566118
 
E-Mail Address
elizabeth.kennedy.4@us.af.mil, jemimah.estrella.1@us.af.mil
(elizabeth.kennedy.4@us.af.mil, jemimah.estrella.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BB-16-054 Ballistic Vest Inserts AMENDMENT II RFQ BB-16-054 BALLISTIC VEST INSERTS AMENDMENT II (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) AMENDMENT II Solicitation BB-16-054, Level IIIA Ballistic Vest Inserts is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, dated 14 July 2016. (iv) This acquisition is being solicited as Full and Open. The North American Industry Classification System (NAICS) code for this requirement is 339113, Surgical Appliance & Supplies Manufacturing (Bulletproof Vest Manufacturing) with a size standard not to exceed 750 employees. A single award will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item number(s) and items and respective quantities: CLINs 0001 - 00013 Level IIIA Ballistic Vest Inserts, Total Quantity: 820 each See Attachment 1 - Itemized Listing for CLINs, Quantities, Sizes and Delivery Information (vi) DESCRIPTION OF THE REQUIREMENT: The items being obtained for this acquisition are Level IIIA Ballistic Vest Inserts. The following are the characteristics of the Ballistic Vest Inserts requirement: - Must fit in the LBT 6094 carrier. - Must be Level IIIA. - Must be soft plates. - Must be Ballistic Resistance of Body Armor NIJ Standard - 0101.06 Compliant, which can be accessed at the following websites: o Standard http://www.nij.gov/publications/Pages/publication-detail.aspx?ncjnumber=223054 o Compliance List https://tims.justnet.org/Report/BallisticCPL (vii) Delivery terms are 30 days after date of contract award. FOB Destination shipped to the addresses in Attachment 1. (viii) PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. (ix) FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (a) 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: Factor 1: Technical Capability Factor 2: Price (b) Factor 1: Technical Capability 1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." 2. Offeror shall meet all the requirements in RFQ Paragraph vi and submit documentation to validate. 3. "Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4. "Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c) Factor 2: Price 1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (d) AWARD PROCESS: 1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive." 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable." 3. "Technically Acceptable" quotations will be then ranked according to Price. 4. The lowest priced offeror who is technically acceptable will receive the award. (x) FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (xi) FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. (xii) FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. See Attachment 2 for full text. (xiii) Additional Contract Requirements and/or Terms and Conditions 1. See Attachment 2 for applicable provisions and clauses. 2. FAR 13.004 - LEGAL AFFECT OF QUOTATIONS (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Attachment 1 - Itemized Listing must be fully completed and submitted with the NIJ Standard-0101.06 for Ballistic-Resistance of Body Armor Compliant validation from the provided website that the proposed Ballistic Vest Inserts are compliant and meets all the specifications listed in the RFQ paragraph vi. Description. Attachment 3 - Contractor Submittal Form, must be fully completed and submitted. Quotes are due via e-mail not later than 9:00 AM MST, Friday, 5 August 2016. All quotes and questions (if applicable) shall be submitted to: elizabeth.kennedy.4@us.af.mil jeremy.rash@us.af.mil jemimah.estrella.1@us.af.mil 21cons.lgcbb@us.af.mil (xvi) All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer. (xvi) For additional information regarding this solicitation please contact the Contracting Officer, Elizabeth Kennedy via email at elizabeth.kennedy.4@us.af.mil and cc 21cons.lgcbb@us.af.mil. Ensure you reference the solicitation number in the Subject Line. ELIZABETH J. KENNEDY Contracting Officer Attachments: 1. Itemized Listing (CLIN, Quantity, Sizes, Delivery Info) REVISED 27JULY 2016 2. Terms and Conditions 3. Contractor Submittal Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/BB-16-054/listing.html)
 
Place of Performance
Address: See Attachment 1, Itemized Listing for Delivery Locations FOB Destination, Peterson AFB, Colorado, 80904, United States
Zip Code: 80904
 
Record
SN04201723-W 20160731/160729234633-be3379240b03ab7110138d65accfd48b (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.