Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

84 -- Reversible Body Vest and Accessories - RFP (Reversible Body Vest)

Notice Date
8/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-09-R-2438
 
Point of Contact
Andrew J. Glass, Phone: 9372559921, Nancy G. Leggett, Phone: (937) 255-1696
 
E-Mail Address
andrew.glass@us.af.mil, nancy.leggett@wpafb.af.mil
(andrew.glass@us.af.mil, nancy.leggett@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP (Reversible Body Vest and Accessories) Combined Synopsis/Request for Proposal Releasable Body Armor Vest (RBAV) Body Armor 1. The 670th Aeronautical Systems Squadron (670 AESS) is soliciting proposals for the purchase of miscellaneous body armor and related training. This project is part of the broader Battlefield Airmen program, currently addressing requirements for combat control/special tactics and pararescue. This combined synopsis/solicitation for commercial items was prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FA8629-09-R-2438 is issued as a Request for Proposal (RFP) using the streamlined procedures for evaluation of commercial items as outlined in FAR 12.6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The acquisition will be processed as a full and open competition. The associated NAICS code is 339113. 2. Respondents to this Request for Proposal (RFP) should submit a fact sheet and a price proposal in accordance with Attachment 1 through 15 to this RFP package. The proposal for the training and support (Attachment 15) should outline the training to be presented and the qualifications of the proposed presenter. Contractor shall provide one product specialist to each end-user destination to provide on-site product training and support. Support includes: assist inventory of each RBAV Armor Suite and provide proper fit, wear, and adjustment for each individual end-user receiving RBAV Armor Suite. Support shall train proper techniques and procedures for wear, release, and reassembly. Contractor will also assist with re-fit for improperly sized vests and factory support available upon request. It is expected that this requirement will be accomplished in one day per delivery location. 3. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. As indicated on the attached Standard Form 1449, award will be made on the basis of a simplified trade-off. The Government will evaluate offers for award purposes by adding the total price for all CLINS. The Government may determine that an offer is unacceptable if the CLIN prices are significantly unbalanced. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases of the RFP specification in whole or in part will not constitute compliance with this requirement concerning the content of the technical requirement. Offerors shall complete and submit with each proposal FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. 4. Two (2) paper copies should be submitted to the address listed in paragraph 7 below. Paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information, on each applicable page. Proprietary/Competition Sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 5. First delivery should be made as-soon-as-possible with all deliveries completed no later than 90 days after receipt of award. The place of delivery is listed in the model contract attached hereto. 6. Responses and questions should be directed to Capt Andrew Glass. Paper/e-mail submittals should be sent to 670 AESS/PK, Attn: Capt Andrew Glass, 1895 Fifth Street, Bldg 46, Wright-Patterson AFB OH 45433-7200. E-mail address is andrew.glass@wpafb.af.mil. Telephone is 937-255-9921.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-09-R-2438/listing.html)
 
Record
SN01916700-W 20090820/090819001407-a46038dc892563e9ebaf653a5d3a8831 (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.