MODIFICATION
99 -- Tactical & Training Equipment (Repost to clarify line items)
- Notice Date
- 3/22/2006
- Notice Type
- Modification
- Contracting Office
- Po Box 9115, Arlington, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1069-6c5204
- Response Due
- 3/24/2006
- Archive Date
- 4/13/2006
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1069-6c5204 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 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 421610 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, March 24, 2006 at 14:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dunn Loring, VA 22027 The Department of State requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, Manual Entry Tool Pack is made of 1000 denier NyTaneon nylon and heavily padded with closed cell foam. Each tool has its own pouch with hook and loop retention straps. The backpack itself is contoured to the shape of the back. The shoulder and chest straps are fully adjustable along with the waist strap. Should include 1 BoltMaster Bolt Cutter, 1 SpecOps Non-conductivfe Hallagan Tool, 1 Thunder Maule Axe Hammer, 1 Manual Entry Toolpack., 2, EA; LI 002, Special Operations Light Assault Glove (S.O.L.A.G.) with Nomex, with Dual back of hand and wrist adjustments. Size: Medium Color: Coyote Tan, 5, EA; LI 003, Special Operations Light Assault Glove (S.O.L.A.G.) with Nomex, with Dual back of hand and wrist adjustments Size: Large Color: Coyote Tan, 20, EA; LI 004, Soldier Tactical Retro Integrated Kit Enhanced (STRIKE) M4 Single Mag Pouch (holds 2) Color: Coyote Tan, 50, EA; LI 005, Soldier Tactical Retro Integrated Kit Enhanced (STRIKE) M4 Double Mag Pouch (holds 4) Color: Coyote Tan, 50, EA; LI 006, Soldier Tactical Retro Integrated Kit Enhanced (STRIKE) Double Pistol Mag Pouch Talonflex Color: Coyote Tan, 50, EA; LI 007, Soldier Tactical Retro Integrated Kit Enhanced (STRIKE) Small Radio/GPS Pouch Color: Coyote Tan, 25, EA; LI 008, Military Style smoke Green, 12, EA; LI 009, HC Military Style Max Smoke White, 12, EA; LI 010, Military Style Smoke Yellow, 12, EA; LI 011, Military Style Smoke Red, 12, EA; LI 012, Tubular Webbing 1" wide priced by foot - 300 FT Color: Black, 300, FT; LI 013, Tubular Webbing 1" wide priced by foot - 300 FT Color: Olive Drab, 300, FT; LI 014, Seal, Asherman Chest, Petrolatum foil and tape construction for 3-sided or 4-sided dressings, the circular design covers the wound and the pressure sensitive adhesive seals it. A one way valve lets air escape without letting any air re-enter., 50, EA; LI 015, Magazine, Red Training, 100, EA; LI 016, Wiley X Romer II polished, shatterproof, polycarbonate sunglasses Color: Black, 13, EA; LI 017, Scope, HOLO 550 W/std Ret AABat EOTech Holographic Diffraction Sight (HDS) AA battery model (supports lithium and alkaline). Night Vision compatible, waterproof to 33 feet, 1100 hours battery life, 5" (131mm) overall length, Reticle is 65 MOA ring w/ 1 MOA dot, interfaces to standard 1" Weaver dovetail/Picatinny rail., 25, EA; LI 018, SureFire M952 6 Volt w/ Throw Lever Mount & XM Switch. Constructed of CNC machined aerospace-grade aluminum with Pyrex window for improved water and scratch resistance, shock-isolated bezel, MilSpec Type III hard-anodized, Pressure activated momentary-on tape switch. Powered by three SureFire lithium SF123 3.0 volt batteries with 10 year shelf life., 25, EA; LI 019, Multiple Aperture Device (MAD) Back Up Iron Sight (BUIS) has four apertures, two of each size (so that rotating the aperture in either direction will bring the next size into view). The small aperture diameter is 0.073-inch and the large aperture is 0.199-inch in diameter. It uses the standard Colt-style windage knob and windage screw. One click of the windage knob provides approximately 0.48 MOA change when mounted on the M16A2E4 rifle and about 0.65 MOA on the M4 Carbine. The MAD mount body is manufactured from 6061 T6 aluminum and from 4140 steel, black manganese phosphated per mil-spec. The MAD overhangs the rear of the receiver by 0.200-inch. Once placed in the up position, the sight cannot be folded down without depressing the spring assisted detent release button located on the left side of the sight base., 25, EA; LI 020, M4 Carbine RAS System, each RAS comes complete with three 11-Rib HG Panels. The M4 Carbine RAS converts AR-type .223 Carbines with mil-spec. M4 type (.840"diameter) barrels into the MWS configuration., 25, EA; LI 021, Universal Tactical Sling 1-1/4", made of nylon webbing and super heavy-duty metal hardware. Fully adjustable, one size fits all., 30, EA; LI 022, Freight/Shipping Charges if applicable, please include soonest delivery date, 1, LOT; 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Vincent Sanchez at sanchezvj@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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. 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. 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 at that email address no later than the closing date and time for This solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO). Offerors are cautioned to address each specification completely when submitting their bid. Offerors that do not address each specification fully may be rejected without further consideration. NOTE: Offerors quoting the brand name product that are not the manufacturer or an authorized distributor of the brand name product MUST submit a signed letter from the manufacturer of the brand name product stating the following: Manufacturer, has agreed to supply brand name product to Your company for the purpose of providing the supplies to the DoS. Letter MUST be on the manufacturers company letterhead and submitted via fax to 703-875-6006, ATTN: Mr. Sanchez by the closing date of the auction. This MUST be provided in order to be considered for award. NO EXCEPTIONS.
- Web Link
-
www.fedbid.com (a-25763, n-2141)
(http://www.fedbid.com)
- Place of Performance
- Address: Dunn Loring, VA 22027
- Zip Code: 22027
- Country: US
- Zip Code: 22027
- Record
- SN01012200-W 20060324/060322212054 (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 |