SOLICITATION NOTICE
42 -- Taser kits with holsters
- Notice Date
- 6/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX11T0065
- Response Due
- 6/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Lesa Crockett, 785-239-5847
- E-Mail Address
-
MICC - Fort Riley
(lesa.crockett@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. General Information Document Type: Combined Solicitation Synopsis Solicitation Number: W911RX-11-T-0065 Posted Date: 3 June 2011 Original Response Date: 09:00 AM CST on 20 June 2011 NAICS Classification Code: 453998 Set Aside: Full and Open/Small Business Set-Aside Contracting Office Address MICC, Installation Contracting Office, Attn: Lesa Crockett 1792 12th Street, Fort Riley, KS 66442 Description This is a combined synopsis/solicitation for a commercial supply in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no proposals are being issued and a written solicitation will not be issued. The requirement is for the purchase of 50 Taser kits with holsters. Extended Description X26E Black/Silver grip plates X26E w/integrated laser sight, low intensity lights, Digital Power Magazine (DPM), kit w/Right Hand Blade Tech Tek-Lok Holster. Specifications 1. Output Specifications: Wave form: Complex shaped pulse Main phase charge: 80 to 125 [110 to 135] C (micro coulombs) Pulse duration: 105 to 155 [120 to 140] s (microseconds) Pulse rate4: 19 +1/-2.5 PPS (pulses per second) Peak loaded voltage: 1,400 to 2,520 [1,500 to 2,250] V (volts) 2. Temperature range: -4 F [-20 C] to 122 F [50 C] 3. Relative humidity: up to 80% 4. Power source: Non rechargeable Lithium Digital Power Magazine (DPM ),5 Extended Digital Power Magazine (XDPM ) Controlled Digital Power Magazine (CDPM ) 5, or rechargeable Lithium Ion with optional TASER CAM 5. The trigger activates a five second cycle. The cycle can be stopped by placing the safety lever in the down (SAFE) position. Holding the trigger in will continue the discharge beyond five seconds. 6. Housing: High impact polymer 7. Patent: U.S. D508, 277, D504, 489, and other patents pending 8. Compatible with TASER standard series cartridges Features 1. Integrated ultra-bright LEDs (low intensity illumination). 2. Integrated 650 nm (nanometer) class IIIa laser for target acquisition. 3. Capable of drive-stun with either a deployed TASER cartridge, or without a TASER cartridge installed. 4. Electrical charge can penetrate up to 2 inches [5 cm (centimeters)] cumulative of clothing, or one inch per probe. 5. Central Information Display (CID): 2-digit LED displays remaining DPM energy percentage, burst time, warranty expiration, unit temperature, illumination status, and time and date. 6. Ambidextrous safety levers with Safe "S" and Fire "F" denotation. 7. Warranty: 1-year standard, with extended warranties available2. 8. Unit stores time, date, burst duration, unit temperature, and remaining DPM energy percentage for approximately 2,000 firings. Data can be downloaded using a USB data interface module or TASER CAM, which can be ordered separately. 9. Capable of audio/video recording with optional TASER CAM. Contract will be FFP, FOB Destination. The Combined Solicitation Synopsis document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. This requirement will be solicited Full and Open/Small Business Set-Aside. The applicable NAICS code is 453998 with a size standard of 7 Million. Your price shall be FOB destination. Inspection and acceptance shall be at destination. Payment will be made using Wide Area Work Flow (WAWF). You must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/). Award shall be made to the lowest price technically acceptable base on; technical capability, past performance and price. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-6, 52.212-1, FAR 52.212-2, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33), FAR 52.237-1, FAR 52.237-2, FAR 52.252.-2 and DFAR 252.211-7003, DFARS 252.212-7001 (252.203-7003, 252.225-7001) DFAR 252.232-7003, DFAR 252.204-7004, and DFAR 252.246-7000. Full text of these clauses may be found at www.arnet.gov/Far. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at www.arnet.gov/DFar. Your offer information and commercial literature shall be submitted electronically to lesa.crockett@conus.army.mil or by mail to MICC, Installation Contracting Office, Attn: Lesa Crockett, 1792 12th Street, Fort Riley, KS 66442 no later than 09:00 AM CST on 20 June 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/755641d556c0a8beee9035c2f9614adc)
- Place of Performance
- Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02463359-W 20110605/110603234230-755641d556c0a8beee9035c2f9614adc (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 |