Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

85 -- Protective Gear

Notice Date
7/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA930117QS016
 
Archive Date
8/8/2017
 
Point of Contact
Peggy Crosby, Phone: 2758889
 
E-Mail Address
peggy.crosby@us.af.mil
(peggy.crosby@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Protective Gear •1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, (Brand Name or Equal) prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13., as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. •2. The solicitation number is FA930117QS016 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulations Supplement (DFARS) DPN current to 20161222. Offerors must be registered in System for Award Management (SAM). •3. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 339113: "Bullet Proof Vest Manufacturing" with an associated small business size standard of 750 employees. This requirement is a total 100% small business set-aside for purposes of business participation. •4. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ •5. The Government intends to procure plate carriers and lLevel IIIA plates. The Government anticipates awarding a single firm-fixed price purchase order for this requirement. The anticipated delivery date is 60 days after receipt of order. •6. CLIN Nomenclature: CLIN 0001 (80) - T3 Geronimo 2 Plate Carrier •a. 25 Small •b. 30 Medium •c. 15 Large •d. 10 X-Large CLIN 0002 (80) -- Level IIIA soft ballistic panels front and back •a. 25 Small •b. 30 Medium •c. 15 Large •d. 10 X-Large •7. Description of items to be acquired •a. PLATE CARRIER: ABU pattern MOLLE loops on front, back and sides of the carrier Front and back Velcro for identification tags. Built in pouches for three (3) M-4 magazines adjustable. Capable of holding plates of vairous protection levels. Two radio pouches to the left and right of the front panel. Industry Standard Warranty. Made in USA •b. LEVEL IIIA PANELS FRONT/BACK: NIJ Standard less than ½ " thick; 10" X 12" Level IIIA Soft Panel Insert SAPI cut weight 1lb; 100% Dupont Kevlar; 600 Denier outer Cordur - Water Resistant. Industry Standard Warranty. Made in USA •8. Delivery shall be F.O.B. Destination to: 110 North Rosamond Blvd Edwards AFB, CA 93524 •9. Interested offerors must submit any questions before Thursday, July 20, 2017 at 12:00pm PST. Responses to all questions will be electronically posted in FBO. No telephonic requests will be accepted. •10. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. a. Provide Cage code/DUNS Code when submitting quote. Also provide the full solicitation number on all packages. b. Warranty •11. 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: (i) Technical capability of the item offered to meet the Government requirement; To be found technically acceptable, the quote must be compliant with NIJ Std 0101.06 (www.nij.gov) Compliant Body Armor: Body Armor that complies with NIJ Ballistic Resistance Standard,0101.06; rated for Type IIIA and capapble of being removed from carrier: body armor models must be tested by the NIJ Compliance Testing Program and be listed on the NIJ Compliant Products List. (ii) Price; (b) Evaluation will be competed using Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. •12. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. •13. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. 10. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items OTHER FAR CLAUSES AND PROVISIONS CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-50 Alt I Combatting Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) 252.225-7016 Restrictions on Acquisition of Ball and Roller Bearings (Jun 2011) 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Dec 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military (Oct 2010) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9001 Health & Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to the Air Force Installations (Nov 2012) •14. CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2017 (Pub. L. 114-223) or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113). Section 103 of the Continuing Appropriations Act, 2017 subjects the funding by that Act for FY 2017 to the same conditions set forth in section 743: (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information:   •15. The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 15. Quotes must be submitted by 21 July 2017, 1200 PST. Quotes must be electronically submitted via email to BOTH the following points of contact. Primary Point of Contact: Peggy Crosby, Contract Specialist peggy.crosby@us.af.mil Phone: 6612758889 Secondary Point of Contact: Steven Ostrander, Contracting Officer albert.ostrander@us.af.mil Phone: 6612779567 Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States All quotes shall be submitted for items requested in accordance to the specifications included here within. Quotes must include all quantities listed, all or none. Quotes shall be submitted NO LATER THAN : Monday, July 24, 2017 at 12:00pm PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930117QS016/listing.html)
 
Place of Performance
Address: 110 N Rosamond Blvd, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04584697-W 20170720/170718235628-e95e657df917435c1cc6ee9d810390e9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.