Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

99 -- CRT Course - Consumables

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY16RR082
 
Response Due
9/16/2016
 
Archive Date
3/15/2017
 
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
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 FY16RR082 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 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 452111 with a small business size standard of $32.50M.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 2016-09-16 11:00:00.0 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: ALT-C, 100 per box, 1, BX; LI 002: TQ-15, 600 per box, 1, BX; LI 003: ANT-4, 900 per box, 1, BX; LI 004: B-27-S, 900 per box, 1, BX; LI 005: DT-1, 120 PER BOX, 1, BX; LI 006: LE-5, Target Man in Flannel Shirt, 75, EA; LI 007: LE-6, Target Woman in Brown Coat with Gun, 75, EA; LI 008: LE-7, Target Man behind Door with Gun, 75, EA; LI 009: LE-12, Target Man in Overalls with Gun, 75, EA; LI 010: LE-18, Target Man in Window with Gun, 75, EA; LI 011: LE-25, Target Man with Boy Hostage, 75, EA; LI 012: LE-31, Target Woman with Man Hostage, 75, EA; LI 013: LE-32, Target Man in Tactical Vest, 75, EA; LI 014: OLT-E, Target Overlay Hand Gun 100 per box, 1, BX; LI 015: OLT-G, Target Overlay Phone Hand 100 per box, 1, BX; LI 016: OLT-H, Target Overlay Open Right Hand 100 per box, 1, BX; LI 017: OLT-O, Target Overlay Knife Hand 100 per box, 1, BX; LI 018: OLT-A, Target Overlay Badge Case 100 per box, 1, BX; LI 019: Flashlight, Mini w/Pouch "AA" Batteries, Streamlight Protac 1AA Professional Tactical Flashlight - C4- LED Illumination Output -Run Time High - 50 lumens/Low-6 lumens- Strobe -4 hours/Rubber Push Button Tail -Waterproof/Unbreakable Clip/ Carrying Case made of heave duty nylon with velcro belt clip, 40, EA; LI 020: Cleaning Kit, M4/Glock 17, MPRO-7 Cleaning Kit - 4 oz M-Pro7 Gun Cleaner, 2oz M-Pro 7 Gun Oil LPX, 1 Leatherman? M.U.T.? *Optional, 150 Cleaning patches (5.56mm, 7.62mm, 9mm), 3 BoreSnakes (5.56mm, 7.62mm, 9mm), 3 Phosphor Bronze Bore Brushes (5.56mm, 7.62mm, 9mm), 3 Nylon Bore Brushes (5.56mm, 7.62mm, 9mm), 3 Brass Jags (5.56mm, 7.62mm, 9mm), 1 Chamber Mop (5.56mm), 1 Lint-Free Cloth, 1 Dust Brush, 1 Nylon Utility Brush, 1 Dental Pick, 1 T-Handle Rod, 1 oz Empty Bottle with Lid, 1 Magnet Pad, 1 Molle Field Pouch, 1 Lockable Plastic Case, 1 Weapon Maintenance Product Guide, 32, EA; LI 021: Monadnock Double Cuff? Nylon Restraints, Using standard cuffing techniques, one of these 1/2" wide disposable double cuffs from Safariland? will do the job of two single-strap disposables. Cuffs have 400lb tensile strength and will not cut into prisoner?s wrists. All nylon cuffs can also be written on to record the date, time of arrest or other pertinent information. 1/2" wide, 400 lbs of tensile strength, Will not cut into prisoner's wrists, Can be written on to record the date, time of arrest or other pertinent information, 60, EA; LI 022: Monadock DC/T 1/2" wide Double Loop Cuff, Double Loop configuration made of molded plastic -white in color., 120, EA; LI 023: Cuff Cutter, Plastic Design uses compound leverage and piercing blade to promote safe removal of disposable restraints. Recessed blade cannot injure subject. Can be clipped to key ring or carried inside vest or BDU., 40, EA; LI 024: Camelbak Thermobak 3L, Coyote, Quick-release shoulder straps unclip for easy removal and storage inside back panel stash pocket; Use D-ring attachment points to add to any armor vest or pack with MOLLE; Fully-insulated reservoir compartment using 5 mm closed cell foam; Add or remove name tags and unit badges quickly with integrated hook-and-loop; External fill for rapid refill without having to remove reservoir from pack; 500D Rip-Stop Cordura? Fabric. Hydration Capacity: 100 oz / 3L.Total Capacity: 3L (183 cu in) + 3L Reservoir; Total Weight: 1.3 lbs /.61 kg (pack only); Dimensions: 18 in x 9.2 in x 5 in (46 cm x 23 cm x 13 cm); Fabric: 500D Ripstop Cordura? fabric front panel and yoke, 420D high density nylon back panel, 420D high density nylon stow-away panel for shoulder harness webbing, 5 mm closed cell foam panel and hydration compartment, 135D Poly lining, Nylon webbing, 40, EA; LI 025: Camelbak Hydration System Cleaning Kit, 40, EA; LI 026: Tactical Knee Pads, Pair, Heavy duty nylon shell, injection molded flexible knee cap, universal size, tan., 32, PR; LI 027: Tactical Elbow Pads, Pair, Heavy duty nylon shell, injection molded flexible knee cap, universal size, tan., 32, PR; LI 028: Spyderco Knife, Serrated Edge, length overall - 7.125", length closed - 4.25". Black, Serrated Edge, 40, EA; LI 029: Pin Kit AR15/M16, SOG Armory #4083, 1, KT; LI 030: Field Repair Kit, SOG Armory #4178, 1, KT; LI 031: Bolt Repair Kit, SOG Armory #6963, 1, KT; LI 032: Wiley X Protective Glasses, Talon - Includes the following, Smoke Lens (CHTALS, Clear Lens (CHTALC), Zippered Case Double Sleeve (TS-235), Cleaning Cloth (A425), Frame (CHTALF), Zippered Case Double Sleeve (TS-235), MEETS GL-PD 10-12 MCEP STANDARD, SUPERSEDING MIL-PRF-31013 BALLISTIC STANDARD, SPLIT LENS DESIGN FOR UNMATCHED VISION AND PERIPHERAL PROTECTION, MEETS ANSI Z87.1-2003 HIGH VELOCITY SAFETY STANDARD, RX CARRIER, WHEN NEEDED, MAINTAINS PERIPHERAL VISION LOST IN OTHER SPECTACLES, ADJUSTABLE RUBBER NOSE BRIDGE WITH WIRE CORE ADJUSTS TO ANY FACE/NOSE SHAPE, WIRE CORE TEMPLES ADJUST TO ANY HEAD SIZE/SHAPE with Smoke,Clear and Yellow Lens, 50, EA; LI 033: Balaclava, Nomex, Provides flash/flame protection to the head and neck,Constructed entirely of DuPont NOMEX fabric,, Will not support flame or combust up to 800? F (427? C), Flat-seam stitching on the inside won't irritate when wearing a helmet, Lightweight 6 oz. DuPont NOMEX which is ideal for hot climates., 32, EA; LI 034: Gloves, Nomex/Flight Gloves, Nomex Back provides Flame/Flash protection up to 800 degrees F, Soft Durable cowhide palm, Extra Elastic wrist provides secure fit Large, 35, PR; LI 035: Gloves, Nomex/Flight Gloves, Nomex Back provides Flame/Flash protection up to 800 degrees F, Soft Durable cowhide palm, Extra Elastic wrist provides secure fit X-Large, 15, PR; LI 036: Foam Hearing Protection, Box of 200, 5, BX; LI 037: Door Stops, Hard plastic black in color or wood door stops, 60, EA; LI 038: T50 Heavy Duty Stapler, with heavy duty staples, 8, EA; LI 039: Permanent Marker Black, Large Point, 12, EA; LI 040: Permanent Marker Black, Medium Point, 12, EA; LI 041: Permanent Marker Black, Fine Point, 12, EA; LI 042: Plastic Clip Boards, 12, EA; LI 043: Watch, Stop, 2, EA; LI 044: Whistles, Plastic black with lanyards, 10, EA; LI 045: Box, Tool PLASTIC, 3, EA; LI 046: Rags, Shop, Bundles of 500, 2, BN; LI 047: Water Coolers 5 gallon, 5, EA; LI 048: Cups, Disposable, Box of 1000; Ability One NSN 7350-01-574-8732 (exact match only), 3, BX; LI 049: Stakes, Wooden, 18", 24, EA; LI 050: Megaphone 50 wayy, powered by "C" cell batteries, 2, EA; LI 051: Tac Med Kit, Individual Officer Trauma Kit (IOTK). Fully Stocked First Aid Kit, Coyote Tan. Closed dimensions: 8"hx6"wx3.5"d. Contents include emergency bandage -6", QUICK Clot Z-Fold LE Combat gauze, Chest Seal, Trauma Shears, Nitrile Gloves, 32, KT; LI 052: Horn, Air, Non-Hazmat, compresed air cannister - not a pump, 16, EA; LI 053: Utility knife w/ extra blades, 4, EA; LI 054: Tape, Duct 2"x60' Ability One NSN 5640-00-103-2254 (exact match only), 12, RL; LI 055: Tape, Duct 2"x60' Green, 2, RL; LI 056: Tape, Duct 2"x60' Blue, 2, RL; LI 057: Tape, Duct 2"x60' Red, 2, RL; LI 058: Tape, Flagging, Orange, 4, RL; LI 059: Tape, Caution, 6, RL; LI 060: Trash Bags Box of 28; 30-gallon drawstring trash bags with 1.05 mil thickness. Perfect for bigger jobs like post party clean-up, seasonal item storage, donation collection, or cleaning out the basement or garage. Large capacity and thicker gauge provides superior performance, 2, BX; LI 061: Plastic Milk Crates, 3, EA; LI 062: Chemlight, Green, Box of 10; Ability One NSN 6260-01-074-4229 (exact match only), 5, BX; LI 063: Chemlight, Blue, Box of 10; Ability One NSN 6260-01-178-5560 (exact match only), 5, BX; LI 064: Chemlight, Red, Box of 10; Ability One NSN 6260-01-178-5559 (exact match only), 5, BX; LI 065: Plastic wire ties (6-8?), packages of 100, 1, PK; LI 066: 550 Cord x 1,000 feet, Genuine Mil-C-5040 Type 3 made to military specifications, 550 pound tensile strength, Mildew resistant, Green, Seven inner strands, 1, RL; LI 067: storage container plastic, 26" x 18"x6", clear with lids, 8.5 gallon capacity, 4, EA; LI 068: 1/4in. Hex Drive Drill Wood Bit Set ? 10-Pc; includes (2) 1/8in. bits (1) 9/64in. bit (1) 5/32in. bit (1) 11/64in. bit (1) 3/16in. bit (1) 7/32in. bit (1) 1/4in. bit (1) 5/16in. bit (1) 3/8in. bit, 4, SET; LI 069: 1/4in. Hex Drive Drill Titanium Bit Set ? 10-Pc; includes (2) 1/8in. bits (1) 9/64in. bit (1) 5/32in. bit (1) 11/64in. bit (1) 3/16in. bit (1) 7/32in. bit (1) 1/4in. bit (1) 5/16in. bit (1) 3/8in. bit, 1, SET; LI 070: Dewalt 20V Drill, Cordless Set w/ charger and carrying case, 1, SET; LI 071: 16oz regular fiberglass claw hammer, 1, EA; LI 072: Grips, Vice 10", 4, EA; LI 073: Screw Driver Set (Philipps and Flat), 2, SET; LI 074: Bucket, Large, Industrial w/ Lid, 5 Gallon, 6, EA; LI 075: Dewalt 15" Hand Saw, 3, EA; LI 076: Hand Held Fire Extinguishers, MK-460, 3, 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. 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). 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. 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. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY16RR082/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN04272938-W 20160917/160915235254-cbdf9ce99bdb4546f035c94736b8bc65 (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.