Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28, 2001 PSA #2924
SOLICITATIONS

13 -- BODY ARMOR

Notice Date
August 24, 2001
Contracting Office
U.S. Department of Energy Albuquerque Operations Office P.O. Box 5400 Texas & H Sts, Bldg 20388 KAFB East Albuquerque NM 87185-5400
ZIP Code
87185-5400
Solicitation Number
DE-RP04-01AL66716
Response Due
September 12, 2001
Point of Contact
Point of Contact: Diana S. Eddy 845-4315 William L. McCullough 505-845-6467.
E-Mail Address
Contract Specialist (dsinclair@doeal.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued. Proposals are being requested and a written solicitation will not be issued. Responses should reference Request for Proposal No. DE-RP04-01AL66716. This synopsis/solicitation document incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 90-46. This is a 100% Small Business Set-Aside. The recommended Standard Industrial Classification codes (SIC) for this procurement are as follows: 2326, with a corresponding size standard of 500 employees; 2329, with a corresponding size standard of 500 employees; and 3143 with a corresponding size standard of 500 employees. Firms responding should indicate whether or not they are small business, small women-owned business, small disadvantaged business, or 8(a) business, in accordance with the referenced SIC Code. The Department of Energy, Albuquerque Operations Office (DOE-AL) intends to award an IDIQ Purchase Order under full and open competition, (Line Item 1) a quantity of no less than 55 and no more than 82 TacVest Style Body Armor with minimum requirements as follows: soft body armor NTE .68 lb. Per sq. ft.; NIJ 04 certified, OD green, cordura nylon; inside is nylon mesh; includes 1 front (cover chest from collar bone to =BD inch of duty belt when seated; insertion in front panel to have front to rear wrap creating 2" overlap) & 1 back (cover back torso from top of shoulder blades to within 1" of duty belt when standing) soft ballistic panels (Level IIIA) enclosed in urethane coated water repellent; construction is zylon shield quadrolink woven zylon goldflex dyneema SB-31; various sizes; 1 outer carrier w/front and rear pocket (for rifle plates) s/b insertable from bottom of pocket not top; design vest to wear over clothes, slip on type to cover majority of upper torso w/bicep & chest region cutout to prevent irritation or arm movement restriction. Incorporate elastic strap w/Velcro-type fasteners to provide proper adjustment (over the shoulder strap attach to front, 2" wide, allow minimum of 2" adjustment in each shoulder; torso strap 8" wide attach=E9 to rear, provide minimum of 3" adjustment). Ballistic rifle pocket w/drainage of water ability via aluminum grommets. Order sizes (if placed) will be a minimum of 10, maximum of 577. Projected maximum orders (if placed) by year: (Year 1) 82; (Year 2) 300; (Year 3) 65; (Year 4) 65; (Year 5) 65. (Line Item 2) a quantity of no less than 55 and no more than 119 Level III Plates with minimum requirements as follows: 10" X 12", front, large, wt NTE 3.0 lb., Spectrashield Plus stand-alone ballistic plate meets NIJ 04. Order sizes (if placed) will be a minimum of 55, maximum of 119. Projected maximum orders (if placed) by year: (Year 1) 55; (Year 2) 16; (Year 3) 16; (Year 4) 16; (Year 5) 16. (Line Item 3) a quantity of no less than 55 and no more than 119 Level III Plates with minimum requirements as follows: 10" X 12", rear, large, wt NTE 3.0 lb., Spectrashield Plus stand-alone ballistic plate meets NIJ 04. Order sizes (if placed) will be a minimum of 25, maximum of 300. Projected maximum orders (if placed) by year: (Year 1) 55; (Year 2) 16; (Year 3) 16; (Year 4) 16; (Year 5) 16. (Line Item 4) ) a quantity of no less than 16 and no more than 56 Level IV Plates with minimum requirements as follows: 10" X 12", front, large, wt NTE 4.7 lb., Boron Carbide (B4C) ceramic w/Dupont Kevlar as substrate & black ballistic nylon as finishing layer. Order sizes (if placed) will be a minimum of 16, maximum of 56. Projected maximum orders (if placed) by year: (Year 1) 16; (Year 2) 10; (Year 3) 10; (Year 4) 10; (Year 5) 10. (Line Item 5) a quantity of no less than 16 and no more than 56 Level IV Plates with minimum requirements as follows: 6" X 12", spine, large, wt NTE 3.0 lb., Boron Carbide (B4C) ceramic w/Dupont Kevlar as substrate & black ballistic nylon as finishing layer. Order sizes (if placed) will be a minimum of 16, maximum of 56. Projected maximum orders (if placed) by year: (Year 1) 16; (Year 2) 10; (Year 3) 10; (Year 4) 10; (Year 5) 10. Vendor shall be responsible for measurements and fitting of items and maintaining all customer measurements on file. FOB point is Destination and delivery is required no later than four months from date of order. Acceptance point is the DOE-AL, Pennsylvania & K Streets, Building 20397, Kirtland AFB-East, ATTN: TSD 01AL66716, Albuquerque, NM 87116. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, and FAR 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. Copies of this provision may be obtained at http://www.arnet.gov/far/. The FAR Clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. Under FAR 52.212-5, paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.222-3, Convict Labor; 52.233-3, Protest after Award; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii); 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332); 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). Proposals will be evaluated on the basis of lowest overall price. Only written "all or none" responses/proposals to this synopsis/solicitation shall be accepted and should be mailed or faxed to the attention of Diana Eddy to the address or FAX number listed herein on September 12, 2001, for receipt not later than 3:00 p.m. MST. All responsible sources may submit a proposal which shall be considered by the Government. The government intends to award without discussions; however, this does not preclude the Government from having discussion if it is in the best interest of the Government. =20
Web Link
Doing Business with DOE-AL (http://www.doeal.gov/cpd/default.htm)
Record
Loren Data Corp. 20010828/13SOL007.HTM (D-236 SN50V972)

13 - Ammunition and Explosives Index  |  Issue Index |
Created on August 24, 2001 by Loren Data Corp. -- info@ld.com