SOLICITATION NOTICE
84 -- Escalation-of-Force (EOF) Kits - Escalation of Force Kits Synopsis
- Notice Date
- 12/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, KANDAHAR RCC, APO AE, Non-U.S., 09355, Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- TFP0B3LTB00407
- Archive Date
- 1/19/2010
- Point of Contact
- MAJ James Mote, Phone: DSN: 318-841-1248, MAJ James Mote, Phone: DSN: 318-841-1248
- E-Mail Address
-
james.mote@afghan.swa.army.mil, james.mote@afghan.swa.army.mil
(james.mote@afghan.swa.army.mil, james.mote@afghan.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Escalation of Force Kits Synopsis Please read the entire solicitation carefully before submitting your bid. Bids not conforming to the specifications herein will be disqualified and discarded. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in accordance with procedures described in FAR PART 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The reference number for this procurement is TFP0B3LTB00407 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36 & Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091123. For informational purposes the North American Industry Classification System code is NA - Small Business Set aside and naics do not apply. This is firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made based on lowest price, technically acceptable. The government reserves the right to award this requirement to more than one vendor or only one vendor. The government also reserves the right to make no award at all. Description: The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide the following items in support of US Forces Afghanistan: REFURBISHED ITEMS ARE NOT ACCEPTABLE FOR THIS PROCUREMENT Seventy-four (74) Escalation-of-Force (EOF) Kits will be purchased Item Number Item Description Quantity S601 MITY-MEG 15-Watt 5/8-mile PIEZO DYNAMIC Megaphone Pistol Grip-Power: 15 watts effective range up to 5/8 mile (900 yds) length: 12-inch, bell diameter 7 3/4-inches, batteries (not supplied) 8AA, 3 modes: talk, siren, whistle. Net weight 1.5 lbs. 1 year warranty 1 per kit SBM 3A The Traffic Guard PSB Series is a portable speed bump system that allows you to control the flow of traffic in various situations such as: Emergencies, Temporary Traffic Patterns, Check Points, Civic Activities, Church Zones, School Safety, Special Events, and more 1 per kit 90200-FS The STINGER device is designed for quick, reliable operation. A simple pull on on the handle or a toss is all it takes to position the spikes. The single, accordion-action element deploys almost instantly, giving officers time to take cover. Extra-width road coverage and low visibility minimize avoidance by fleeing suspects and after spiking a simple yank on the handle quickly retracts the unit, clearing the road for pursuit vehicles and other traffic 1 per kit CSP-36 Improved W-style base, wide body concial, High visibility red/orange with white inner liner 10 per kit BTMK-2S Z-Bolt Green Laser Systems as a non-lethal EOF (Escalation of Force) option during convoy operations; to signal or visually disorient civilian checkpoint runners; or for target designation during night time patrols. Laser Rail Mount (Mil-Spec 1913) includes adjustment screws for windage and laser elevation. 1 per kit 532P-M-Kit The Glare Mout is a non-lethal disrupter ideally suited for small-arms weapons integration as well as mobile crew-served applications 1 per kit 550-O Non-flammable, environmentally safe propellant; 100% ozone safe; 8oz can 6 per kit 1610-001-1140 Watertight, crushproof and dust proof 1 per kit ADS-EOF-373CSE-03 Custom Foam for Pelican case to include: Air Horn, 2 lasers, and bullhorn 1 per kit Seventy-four (74) Escalation-of-Force (EOF) Kits will be purchased SHIPMENT COSTS WILL BE INCURRED BY VENDORS ONLY TO NEW CUMBERLAND, PENNSYLVANIA NOT TO KANDAHAR, AFGHANISTAN REFURBISHED ITEMS ARE NOT ACCEPTABLE FOR THIS PROCUREMENT The government requires the above items to be delivered to Kandahar Air Field, Afghanistan, at the following address: Shipping Instructions: Specific Shipping Instructions to the New Cumberland, Pennsylvania consolidation point will be provided upon contract award. FOB: Destination Note: Afghanistan is approximately 9.5 hours ahead of Eastern Standard Time. Offers are due at 4:00 pm Eastern Standard Time on 04 January 2010. Quotations may be submitted via e-mail to james.mote@afghan.swa.army.mil. LATE BIDS WILL NOT BE ACCEPTED *PLEASE BID ACCORDING TO THE SPECIFICATIONS. PRODUCT PROPOSALS SUBMITTED THAT DO NOT CONFORM TO SPECIFICATIONS WILL NOT BE CONSIDERED. PLEASE DESCRIBE YOUR PRODUCTS IN AS MUCH DETAIL AS POSSIBLE, INCLUDING BUT NOT LIMITED TO BRAND NAME MODEL NUMBERS, AND SPECIFICATIONS. TECHNICAL SPECIFICATIONS OF ALL EQUIPMENT MUST BE INCLUDED WITH PROPOSAL. ALL QUOTES MUST INCLUDE A DELIVERY SCHEDULE AND TIME FRAME. * The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information (to include email addresses), terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. The following provision FAR 52.212-2 applies: 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. Lowest price, technically acceptable will be the factors utilized for contract award. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial items, 252.212-7000, Offeror representations and certification - Commercial item, 252.225-7020, Trade Agreements Certificate, with their offer. The following clauses are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 1, 19, 20, 21, 22, 24, and 34. FAR 52.252-2 Clauses Incorporated by Reference. DFAR 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional DFAR clauses cited in the clause applicable to this acquisition are: (a), (b) 1, 11, 24. Electronic mail quotations will be accepted. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application if you are NOT already ORCA registered. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/752221924f8e9d3987eed928cabdba05)
- Place of Performance
- Address: The government requires the above items to be delivered to Kandahar Air Field, Afghanistan, at the following address:, Shipping Instructions:, Specific Shipping Instructions to the New, Cumberland, Pennsylvania consolidation, point will be provided upon contract award., FOB: Destination, Kandahar, Non-U.S., 09355, Afghanistan
- Record
- SN02031504-W 20091228/091226233044-752221924f8e9d3987eed928cabdba05 (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 |