Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

42 -- Request for Quotation, Tactical Equipment

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-11-T-5006
 
Response Due
8/29/2011
 
Archive Date
10/28/2011
 
Point of Contact
Bryan Baldwin, 406 324 3410
 
E-Mail Address
USPFO for Montana
(bryan.j.baldwin@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. The government anticipates awarding to a single small business whose offer meets the requirements in this combined synopsis/solicitation. The NAICS code is 423440 and size standard is less than 100 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offerors shall propose a firm, fixed price for the tactical equipment listed below. STATEMENT OF WORK 1. Equipment Specifications: a.Advantage 1000 riot control mask: NIOSH approved for protection against CN and CS tear gas with one (1) cartridge. b.Blackhawk CQC Serpa Holster: Black Kydex holster with level II weapon retention for Beretta M92FS. c. Drop leg platform for Blackhawk CQC Serpa Holster: Black Kydex holster platform for Blackhawk CQC Serpa Holster. d. Wiley X CAG 1 combat assault glove: Must meet military flame resistance standards. 100% Kevlar weave throughout. Injection molded knuckle protection. Specific features include: Flame, abrasion, thermal and cut resistant. e. Nikon Tundra binoculars: 10 x 50 objective f. Garmin Rino 530HCx: GPS/FRS radio equipped with WAAS enabled receiver, 8 GMRS channels and peer to peer position tracking. g. Tactical Load Bearing vest: Universal size load bearing vest, tan in color. Specific features include: three (3) rifle magazine pouches, two (2) large utility pouches, two (2) medium utility pouches, two (2) map pockets, one (1) cuff pocket, two (2) back utility and one (1) hydration pocket. 2.Service Requirements: a. Canisters for riot control mask will be replenished as needed based on shelf life, usage and training requirements. 3.Testing and Warranty: The warranty period shall be for one-year regardless of usage of the equipment. 4.Quote shall include shipping FOB destination to Fort Harrison, MT. 5.Offeror shall quote brand name equipment specified above or equal in accordance with FAR 52.211-7. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.211-7, Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. If products from offerors are found to be technically acceptable, price will be the determining factor. 52.232-18, Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation-Commercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 52.222-19 Child Labor - Cooperation with Authorities FEB 2008 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate ALT I OCT 2006 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program ALT I OCT 2006 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Quotations may be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than August 29, 2011 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil with the same deadline. If you have any questions, please contact CPT Bryan Baldwin at 406-324-3410 or email bryan.j.baldwin@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-11-T-5006/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02537477-W 20110819/110817234926-bc14005f21fc8893fc0983377e575126 (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.