Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

84 -- Ballistic Blankets

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
314129 — Other Household Textile Product Mills
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0045
 
Response Due
6/13/2006
 
Archive Date
6/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement to purchase ninety-two (92) ballistic blankets. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Part 13 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. All quotes shall reference the Request for Quotation number H92239-06-T-0045. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-09. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 314129. The small business size standard is 500 employees or less. This requirement is a 100 percent set aside for small business. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. REQUIREMENT: The contractor shall provide ballistic blankets, ninety-two (92) each, with the following specifications: The blanket shall be a single man, portable, and flexible. The ballistic blanket shall be constructed of a ballistic material that is lighter than Kevlar, less than one pound per square foot. The ballistic material shall be certified NIJ Level IIIA. The blanket dimensions shall be a minimum of seventy two (72) inches to a maximum of eighty four (84) inches in length and a minimum of thirty two (32) inches to a maximum of forty (40) inches in width. The blanket shall be black in color. The blanket shall include D-rings, grommets, and straps. The D-rings shall be positioned at each corner and centered on each side along the edge of the blanket. Additional D-rings may be placed on the blanket but shall not exceed a total of twelve (12). A grommet shall be placed in each corner of the blanket and a minimum of eighteen grommets spaced evenly around all edges of the blanket. There shall be a minimum of one heavy duty strap located in each corner of the blanket and one strap in the center of the blanket. Straps shall be large enough for a single handhold. A single D-ring, grommet, or strap shall be strong enough to support the weight of the blanket. Grommets, D-rings, and straps shall be attached to the blanket in accordance with standard commercial practices. Each blanket shall include attachment accessories and a detachable Modular Lightweight Load-Carrying Equipment (MOLLE) panel. Blankets shall require no additional training costs prior to use. The attachment accessories consist of two (2) Snap-links and a bag to store them. The Snap-links shall fit through the grommets on the blanket and shall be strong enough to support the blanket. A carrying case for the blanket is not required. The MOLLE Panel shall be a detachable panel, no larger than the blanket and no smaller than thirty one by thirty one (31x31) inches. The panel shall attach to the D-rings and/or grommets on the blanket. The panel shall have one (1) inch strips sewn parallel on the panel and shall have a sufficient number of strips to attach the personal MOLLE pouches. The blankets shall be chemically inert and not affected by UV light, salt water or total immersion. The blanket shall endure extreme temperatures, a minimum of minus sixty (-60) degrees F and a maximum of two hundred (200) degrees F. The blanket shall not lose effectiveness when wet or exposed to hot or cold weather conditions. Blankets shall float in water, made of non-spalling material, and highly resistant to solvents (i.e. oil and gasoline). Blankets shall have a fire resistant outer shell with anchor points for stabilization, attachable with snap links, bungee cords and parachute cords. The outer shell and the inner ballistic material shall be replaceable to embrace emerging technological advances. Velcro or zippers shall not be incorporated on the blankets. Blankets shall be used on a wide variety of vehicles- Unarmored, Tactical or Non-tactical (rental) vehicles. There are no MIL SPECS or drawings for the blankets. PRICE: CLIN 0001 Ballistic Blanket, 92 each. Contractor shall submit a unit price and total price to include destination pricing. DELIVERY: The required delivery date is no less than thirty blankets by 6 July 2006 and the remaining blankets no later than 21 July 2006. If you are unable to meet the required delivery date, include your best delivery date in the quote. Delivery will be to Fort Bragg, North Carolina. Exact address will be provided at time of award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items- Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the Best Value to the Government. The following evaluation factors, in descending order of importance, shall be used to evaluate the offers: (1) technical acceptability (2) delivery, (3) price, and (4) past performance. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. In order to participate, the contractor shall provide the specifications and one (1) ballistic blanket for technical evaluation at no cost to the Government. The blanket will be returned to the contractor after evaluation. A return shipping address shall be included with the quote. A best value award will be made to the offeror submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; 52.211-14, Notice of Priority Rating for National Defense Use (Sep 1990) Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. (End of Provision) 52.211-15, Defense Priority and Allocation Requirement (Sep 1990) 52.219-6 Notice of Total Small Business Set Aside. 52.252-2 Clauses Incorporated by Reference; http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7001 applicable; 252.232-7003, Electronic Submission of Payment Requests. QUOTES ARE DUE: Quotes shall be received at HQ, USASOC ATTN: AOCO (SSG James L. Illes), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. EST, 13 June 2006. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit price, total price, estimated delivery and specifications of equipment they are quoting, (2) the ballistic blanket they are quoting (3) past performance information to include name, address, and phone number of at least three references, and (4) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and sent electronically to the contract specialist's address. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this combined synopsis/solicitation. The point of contact for this requirement is SSG James L. Illes, Contract Specialist at (910) 432-0208, and e-mail illesj@soc.mil.
 
Place of Performance
Address: FORT BRAGG, NC
Zip Code: 28310
Country: US
 
Record
SN01061906-W 20060604/060602221558 (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.