Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

69 -- Combative Equipment

Notice Date
3/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-T-0069
 
Response Due
3/9/2011
 
Archive Date
5/8/2011
 
Point of Contact
Demetrius Terrell, 7195263024
 
E-Mail Address
Fort Carson DOC
(demetrius.terrell@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Quotes shall reference solicitation number W911RZ-11-T-0069. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. Fort Carson intends to award a firm-fixed-price contract for combative equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500 employees. This requirement is a total Small Business set-aside and only qualified offerors may submit bids. All CLINs shall be quoted FOB Destination to Ft Carson, CO 80913. The Contractor shall propose the following Contract Line Item Numbers (CLINS): Note: If the contractor is quoting items other than the brand name and model requested; the contractor shall provide the manufacturers name, model number and detailed specifications of the item in their quote. 0001 M4 Training Gun Qty: 33 (Item # DPMS Mod A-15 223 Manufacturers Model #) or equivalent A.)Minimum Specifications: Color: Blue B.)Construction: Must be constructed with a strong impact-resistant polyurethane and reinforced with steel to prevent flexing and bending during rigorous training exercises. C.)Dimensions: 36.25" X 2.75" X 10" +/- 5% D.)Weight: 84.2 ounces OR 5.27 lbs +/- 5% E.)Model: DPMS Mod A-15 223/5.56 M4 Open Stock with 1.5 inch sling mounts affixed to stock and front sight. Cost Per Unit $ ___________ Total cost $ ____________ 0002 M9 ASP Training Handgun Qty: 33 (Item #, Manufacturers Model #) or equivalent A.)Minimum Specifications: Model: Beretta 9mm, Government M9 B.)Construction: Must be constructed of strong impact-resistant polyurethane to prevent bending and flexing during rigorous training exercises. C.)Color: Red D.)Dimensions: 8.5" X 1.5" X 5.5" +/- 5% E.)Weight: 15.25 ounces OR.96 lbs +/- 5% Cost Per Unit $ ___________ Total cost $ ____________ 0003 Pyramid Interval Timer Qty: 04 (Item #, Manufacturers Model # ) or equivalent A.)Minimum Specifications: Work Period Lengths: 1.5, 2, 3, 4 or 5 minutes B.)Interval Length: 15, 30, 45 or 60 seconds C.)Rest Period Length: 15, 30, 45 or 60 seconds D.)Power Source: AC Power E.)Lights: Must have the capability to provide a visual cue. Cost Per Unit $ ___________ Total cost $ ____________ 0004 Home Flexi Roll Mat Qty: 30 (Item #, Manufacturers Model # ) or equivalent A.)Minimum Specifications: Color: Black B.)Thickness: 2 Inches C.)Surface Characteristics: Treated with Bio-Pruff antimicrobials to guard against odor-causing microorganisms and microbial deterioration. D.)Style/ Finish: Tatami Cost Per Unit $ ___________ Total cost $ ___________ 0005 Combat Gloves Qty: 10 (Item #FG19, Manufacturers Model # ) or equivalent A.)Minimum Specifications: Color: Red B.)Style: Open Thumb C.)Size: Regular D.)Finger Construction: Must be split at the base for unimpeded dexterity and ventilation E.)Glove Construction: Must be three layered, have contoured knuckle padding, durable leather and a nylon water repellant ling. Cost Per Unit $ ___________ Total cost $ ___________ 0006 Combat Gloves Qty: 10 (Item #FG19, Manufacturers Model # ) or equivalent A.)Minimum Specifications: Color: Blue B.)Style: Open Thumb C.)Size: Regular D.)Finger Construction: Must be split at the base for unimpeded dexterity and ventilation E.)Glove Construction: Must be three layered, have contoured knuckle padding, durable leather and a nylon water repellant ling. Cost Per Unit $ ___________ Total cost $ ___________ 0007 Handcuffing Police Training Manikin Qty: 04 (Item #, Manufacturers Model # ) or equivalent A.)Size: 56" X 27" X 13" B.) Weight: 185 lbs C.) Miscellaneous: Must have flexible arms to facilitate realistic handcuffing training. Cost Per Unit $ ___________ Total cost $ ___________ 0008 Hand Held Metal Detector Qty: 10 (Item #, Manufacturers Model # ) or equivalent A.)Dimensions: a.Length: 8.4" b.Thickness: 1.6" tapered to 1.1" c.Scan Area: 3.5" Long; 360 degrees plus tip d.Weight: 6.4 ounces B.) Power: Battery operated with 9V Battery C.) Operating Frequency: 95kHz D.) Water and Dust: Meets IEC 529 IP66 standards E.) Operating Temperature: -35 Degrees Fahrenheit to 158 Degrees Fahrenheit F.) Design: Must come with a high impact, a molded rubber grip, and exceed Mil-Std-810 F (drop test). Method 516.5, procedures 11. Cost Per Unit $ ___________ Total cost $ ___________ 0009 Electric Training Knife Package Qty: 2 (Item #, Manufacturers Model # ) or equivalent A.)Package requirements a. Each package must include i. 10 Shock Knives with a one year warranty ii. Shock Knife safety monitor certification iii. 1 Storm carrying case iv. 1 accessories kit containing 10 screwdrivers and 20 batteries Cost Per Unit $ ___________ Total cost $ ___________ 0010 Teardrop Punching Bag Qty: 02 (Item #, Manufacturers Model # ) or equivalent A.)Weight: 60 lbs B.) Dimensions: 14" X 35" C.) Material: Durable Leather Cost Per Unit $ ___________ Total cost $ ___________ 0011 Wallmount Uppercut Bag Qty: 02 (Item #, Manufacturers Model # ) or equivalent A.)Type: Wall mounted B.) Material: Durable Leather C.) Shape: Must have a unique shape and multiple angles to facilitate all different types of strike training. Cost Per Unit $ ___________ Total cost $ ___________ 0012 Hockey Gloves Qty: 12 (Item #, Manufacturers Model # ) or equivalent A.)Shell Style: Lightweight stretch matrix that provides breathability and durability. B.) Construction: Dual density foams with poly inserts to provide maximum protection. C.) Fingers: Must have a Flex Lock Thumb to prevent hyper-extension, 2-piece segmented fingers to provide good mobility, and a soft Clarino palm. D.) Liner: Vented Dri-Fit liner. E.) Size: Senior 15" F.) Color: Black Cost Per Unit $ ___________ Total cost $ ___________ 0013 Wooden Ring Stairs Qty: 01 (Item #CWRS, Manufacturers Model # ) or equivalent A.)Height: 3 feet B.) Model: Free Standing C.) Material: Wood Cost Per Unit $ ___________ Total cost $ ___________ 0014 Mat Tape Qty: 25 (Item #, Manufacturers Model # ) or equivalent A.)Dimensions: 4" wide X 84' long B.) Color: Red C.) Finish: Tatami (to match Mats on hand) Cost Per Unit $ ___________ Total cost $ ___________ 0015 Ice Machine Qty: 01 (Item #, Manufacturers Model # ) or equivalent A.)Design: Attractive Stainless Steel Design. B.) Production Rate: 147 lbs of Ice per 24 Hours. C.) Storage Capacity: 80 lbs of Ice. D.) Shipping Weight: 120 lbs E.) Electrical Specs: 115/60/1, NEMA 5-15 P 6' Power Cord F.) Ice Dimensions: Half Dice (0.95 X 2.86 X 2.22 cm) Dice (2.22 X 2.22 X 2.22 cm) G.) Additional Specs: Front Air intake and Exhaust with easy access air filter. Cost Per Unit $ ___________ Total cost $ ___________ 0016 M4 Pad Kit Qty: 20 (Item #LBT-7001A, Manufacturers Model # ) or equivalent A.)Kit includes: a.Stock Cover- 5.25" (at bottom) X 2" X 7.75" b.Handle Cover- 7.25" X 2.75" X 2" c.Stock Cover- 2.25" X 2.75" X 2.75" d.Barrel Cover- 17" X 2.5" X 3" e.Magazine Cover- 2.5" X 2.5" X 4.75" B.) Uses: Designed to protect soldiers during combative training with an M4 C.) Miscellaneous: a.Easy to install on the M4 b.Opening for M4 sling use c.Hook and loop secures each part to the M4 d.Kit can be used together or as separate pieces e.Constructed with irradiated cross linked polyethylene f.Ultra durable, expanded vinyl with protective finish g.Abrasion resistance, Hydrostatic resistance, low temperature resistance, and oil resistance h.Pass small scale flammability test D.) Total Weight: 1.310 lbs Cost Per Unit $ ___________ Total cost $ ___________ 0017 Combat Cube Qty: 20 (Item #LBT-7000A, Manufacturers Model # ) or equivalent A.)Dimensions: 48"L X 18"W X 24"H B.) Weight: 29.35 lbs C.) Features: a.Made to withstand kicking, punching, baton training and more. b.Safe alternative for a stand-in-table, stool, chair, or other objects. c.Stackable for easy set up and storing. d.Flexible exterior is made of Naugahyde vinyl which will not fade or discolor: the interior consists of bonded foam sheets e.Material contains an agent to protect against bacterial and fungal microorganisms. f.Removable cover has hook and loop closure allowing for easy cleaning. Cost Per Unit $ ___________ Total cost $ ___________ 0018 Combat Cube Qty: 20 (Item #LBT-7000B, Manufacturers Model # ) or equivalent A.)Dimensions: 24"L X 18"W X 24"H B.) Weight: 14.675 lbs C.) Features: a.Made to withstand kicking, punching, baton training and more. b.Safe alternative for a stand-in-table, stool, chair, or other objects. c.Stackable for easy set up and storing. d.Flexible exterior is made of Naugahyde vinyl which will not fade or discolor: the interior consists of bonded foam sheets e.Material contains an agent to protect against bacterial and fungal microorganisms. f.Removable cover has hook and loop closure allowing for easy cleaning. Cost Per Unit $ ___________ Total cost $ ___________ 0019 Extra Large Duffle Bag Qty: 20 (Item #80000083, Manufacturers Model # ) or equivalent A.)Color: Black B.) Dimensions: 24.5" X 11.5" X 12" C.) Material: 900 X 600D Polyester/ 420D Nylon Hexagon Ripstop D.) Must have: a.Adjustable padded shoulder strap b.Velcro closure carrying handle c.Two-way zip, large main compartment d.Additional storage in two side zip compartments Cost Per Unit $ ___________ Total cost $ ___________ Total Quoted Amount $ ________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal) 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications - Commercial Items) Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-50 (Combat Trafficking in Persons) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (F.O.B Destination) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. No partial shipments unless otherwise specified at time of order Questions concerning this solicitation shall be addressed to Demetrius Terrell, Contract Specialist, and e-mailed to Demetrius.terrell@us.army.mil. All questions or inquires must be submitted in writing no later than 2:00 p.m. Mountain Time on 9 March 2011. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 2:00 p.m. Mountain Time on 9 March 2011. Quotes may be e-mailed to Demetrius.terrell@us.army.mil. An official authorized to bind the company must sign the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a0875d17be877f2cfc0398f866b1ff9)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02391205-W 20110304/110302234232-6a0875d17be877f2cfc0398f866b1ff9 (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.