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

84 -- CRT Course - Tactical Equipment

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY16RR080
 
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 FY16RR080 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 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 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: Tactical Ballistic Vest, Threat Level IIIA Body Armor - Meets NIJ 06 Body Armor Standards - Point Blank Paraclete Advanced Plate Carrier (APC). Designed to allow the operator to gain immediate protection against high powered assault weapons, the Advanced Plate Carrier (APC) takes performance to new levels. Blending the functionality of a tactical vest with the simplicity of a plate carrier, the APC accommodates soft ballistic panels, Level III or IV hard armor plates and equipment pouches. Patented single point release system that includes a low profile cutaway handle and integrated wire management system External, bottom loading hard armor plate pockets in the front and back for additional protection ****Must include soft armor inserts**** Adjustable 2-piece cummerbund system Internal ?belly band? provides additional adjustability Removable front flap secures cummerbund and accommodates kangaroo pouch with removable mag inserts Reinforced rescue strap Available in sizes: (Small, Medium, Large, Extra Large) Ballistic Collar, Throat, Biceps, Abdomen, Lower Back and Groin Protection (Optional) High abrasion inner material Admin pouch Velcro ID plaque High visibility ID panels in the front and back Configurable as release and non-release Adjustable Shoulder Straps Cable routing Push-to-talk/Chest rig attach webbing 3 Pull cable positions (Center standard, Left or right optional) Able to fit MBAV cut ballistics (Optional) Side plate pockets can be ordered separately Accommodates standard 10? x 12? hard armor plates and ESAPI ***Any substitutions must be include a product spec sheet and must meet or exceed the specs and functionality of the vest requested.***, 80, EA; LI 002: Ballistic Steel Plates ? Must fit into front and rear panels of the ballistic vest (see item #1), United Shield International - Model ACER Level III 10"X12", 160, EA; LI 003: Blackhawk CZ Gear Bag - made of 1000 denier nylon with wrap around handles -ajustable shoulder straps with nylon slip shoulder pad, dimensions of 33.5x16x15., 64, EA; LI 004: Universal BDU Belt, Blackhawk #41UB01BK fits up to 52" designed and constructed of double layer of tough 2 inch nylon web with polymer - colorstiffener/non-reflective with heavy duty, precision stit - both edges are bound with smooth nylon/ pro-3 triple retention buckleching - Tan in color, 64, EA; LI 005: Duty Belt, Ballistic Nylon, Duty, Belt, Ballistic Nylon - Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt., 64, EA; LI 006: The EXFIL? Ballistic Helment; FEATURES: ? Boltless CAM?FIT? Retention System ? Zorbium? foam liner with customizable comfort pad sets in 2 thicknesses ? Removable center pad to easily accommodate overhead comms ? Rail 2.0 Accessory Mounting System: - Backwards compatible with all EXFIL? accessories including toolfree quick release adapter, oxygen mask strap kit, goggle posts, mini-tinny and Peltor? adapter kit - Rear webbing slot for counterweight and goggle strap retainer - T?slots provide limitless custom mounting options ? Helmet covers available in coyote brown, black and multi-cam ? Wilcox? W Shroud for NVG Mounts -hybrid composite shell with custom geometry that yields increased strength BALLISTIC PERFORMANCE: ? NIJ Level IIIA (according to NIJ STD 0106.01 / 0108.01) ? Fragment Performance: 17gr V50 ? 2400 ft/sec (731 m/s) BLUNT IMPACT PERFORMANCE: ? Meets current ACH Blunt Impact Protection requirements (per AR/PD 10-02) WEIGHT: ? Shell weight: Size 1 (similar to traditional M/L): 1.75lbs, ? Complete system weight: Size 1: 2.6lbs (complete system weight includes helmet shell, shroud, accessory rails, impact liner and retention system) ? Head Circumference: Size 1: 52-60cm, Size 2: 58-63cm ? Coverage area falls between ACH/MICH mid cut and high cut, 64, EA; LI 007: Holster, Tactical, Kydex Black Plastic Hoster - thigh mount rigging with adaptability for light mounted on Glock 17 handgun - must accommodate the Glock Model 17 handgun with light mounted flashlight. See Surefire Model X300 (below) for light attachment. This holster must accomodate the Surefire Model light as described below. Safari Land Model 6004-836-121 tactical drop leg holster (Right Handed) Model 6004-836-122 (Left Handed). Purchase 28 right handed and 4 left handed holsters., 64, EA; LI 008: Tactical Vest, Omega Elite, Omega Elite- Tan, 80, EA; LI 009: M4 Rail System FEATURES: User Install ZERO Modification to Host Weapon Free Float Integral QD Sling Swivel Mount with limited rotation Continuous Upper Rail with Upper Receiver Light Weight Removable Lower Rail Oval Shape to feel like traditional Handguards MATERIALS & CONSTRUCTION: Precision CNC machined from Aircraft Grade 6061-T6 Aluminum and Military Specification Type III Hard Coat Anodized for a rock hard lasting finish. The Omega Rail weighs in at an amazing 7.6 Ounces. Material: Aircraft Grade 6061-T6 Aluminum Finish: Military Specification Type III Hard Coat Anodized Length: 6.88" Width: 1.90" Weight 7.6 Ounces Inside Diameter: 1.08", 128, EA; LI 010: Single Point Sling Adapter, Blackhawk - Universal single point sling adaptor, fits the M-4 collapsable stock weapons system, ambitexerous design, lies flat on operators torso., 64, EA; LI 011: Tactical Tailor CQB Sling Kit, Made of durable Nylon webbing (bungy cord design), single point sling design, snap hook for easy connect and disconnect, adjustable from 36-44 inches for easy fitting, box stitching for extra durability, and 12 inch flex for CQB training, 64, EA; LI 012: Pouch, Diversionary Device Double,- 4.5" x 2" x 2", Adjustable lid w/Quick release and 2" adjustability, 64, EA; LI 013: Magazine Pouch, Triple 9mm, Glock, Durable nylon, MOLLE compatible, Tan, 64, EA; LI 014: Magazine Pouch, Double 5.56/.223, M4, Durable nylon, MOLLE compatible, Tan, 64, EA; LI 015: Century Body Shield, 14 1/2" by 25", Century kick punch body shield. It is great for all levels of martial artists. Constructed with a tough 15 oz. nylon reinforced vinyl cover over dense compressed foam core. This shield has been used by top martial art schools for years, and contuines to be a customer favorite. When held properly you can practice virtually any striking technique. Two back handles, and one on each side.Your choice of Red, Black or New Blue. Shields Measure : 14-1/2 inches x 25 inches x 5 1/2 inches thick., 24, EA; LI 016: Ballistic Shield w/out Ladder, Protech Intruder HS or Equivalent, Vacuum-formed for greater durability Enlarged 4" x 17" (10.16 cm x 43.18 cm) viewport designed to protect against multiple shots Curved viewport for optimal peripheral vision Manufactured with advanced composite, high-performance polyethylene fiber 18" curvature designed to add protection against angled shots Horizontal ambidextrous handle for longer use without fatigue NIJ 0108.01 Type IIIA protection Handle attachment eliminates weak spots Carry strap with quick-release system 20" x 34" (50.8 cm x 86.36 cm) coverage Dual rake bars, 16, EA; LI 017: Rear Flip Up Sight for M4A1, GG&G Part Number GGG1005, Material: 6061 T6 Aluminum alloy, Finish: Black Type III hard-coat anodized, Spring-assisted locking detent button Countersunk cross bolt, Tactile Ergonomic Windage knob, Available with optional Trijicon tritium aperture or XS Same-Plan Aperture, 64, EA; LI 018: Tactical Gunlight -Surefire Model X300, Surefire X300 Ultra Mounted LED Hand Gun Light, 128, EA; LI 019: Binoculars, 10x50, Steiner Police Binoculars 10 x 50, Item Number 648, field of view: 300'/1000yds, Weight: 36oz, eye relief 16mm, Dimensions (inches): 5.2L x 8.2W x 2.8H, 12, EA; LI 020: Redgun Glock 9mm Pistol, Red Training Weapons - replica of the actual handgun, 64, EA; LI 021: Redgun M4, 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. Rifle must HAVE sling adapters mounted., 64, EA; LI 022: Protective Head Gear, The one-piece FX? 9002 helmet provides complete head protection along with 180? peripheral vision through a scratch resistant polycarbonate anti-fog coated visor. It can be worn with eyeglasses. The shell of this easy-to-clean helmet is produced from high-quality, super-tough nylon, with two adjustable straps. Available in black or blue. The one-piece FX? 9002 helmet provides complete head protection along with 180? peripheral vision through a scratch resistant polycarbonate anti-fog coated visor. It can be worn with eyeglasses. The shell of this easy-to-clean helmet is produced from high-quality, super-tough nylon, with two adjustable straps. Available in black or blue. Simunition? product no. 8971790 (black) - 8971800 (blue), 80, EA; LI 023: Throat Collar, FX 9000; Fitting snugly around the neck, is produced of high-strength textile. Available in black in two sizes: S/M (14??-17??) or L/XL (18?-21??). Simunition? product no. 8971760 (S/M) - 8971761 ", 80, EA; LI 024: Groin Protector, Designed for external wear, FX? 9000 groin protectors are made of high-strength textile and feature three adjustable straps. Available in black. Simunition? product no. 8971770, 80, EA; LI 025: Combat Tourniquet One-Handed Combat Application Tourniquet (CAT), Tactical black. Durable windless system with free-moving internal band. Package size: 6.5"Lx2.4"Wx1.5"D. Weight 2.7 oz., 64, EA; LI 026: Tactical Handheld Mirrors, Collapsable 6 inch pocket size mirrors, 64, 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/FY16RR080/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN04273026-W 20160917/160915235342-b9ccc87aa52f9b442af189791fd98c76 (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.