SOLICITATION NOTICE
84 -- Body Armor - Vests and Plates
- Notice Date
- 12/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- 129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-13-R-7006
- Response Due
- 12/28/2012
- Archive Date
- 2/19/2013
- Point of Contact
- Duncan Collier, 650-603-9274
- E-Mail Address
-
129 RQW, Base Contracting
(duncan.collier@ang.af.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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. This solicitation, W912LA-13-R-7006, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 26 Jul 2012). It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not listed as active in the System for Award Management (SAM) database. The following commercial items are requested in this solicitation. The items being procured are: 0001 Body Armor Plates - Small, 24 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Small, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut. 0002 Body Armor Plates - Medium, 50 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Medium, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut. 0003 Body Armor Plates - Large, 12 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Large, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut. 0004 Body Armor Plates - X-Large, 8 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 X-Large, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut. 0005 Body Armor - Small, 12 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-SMLLR-000, CIRAS Vest Inserts Front/Rear Heat Seal SMLLR. 0006 Body Armor - Medium, 25 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-MEDMR-000, CIRAS Vest Inserts Front/Rear Heat Seal MEDMR. 0007 Body Armor - Large, 6 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-LRGER-000, CIRAS Vest Inserts Front/Rear Heat Seal LRGER. 0008 Body Armor - X-Large, 4 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-XLRGR-000, CIRAS Vest Inserts Front/Rear Heat Seal XLRGR. 0009 Cargo Bag, 12 each, Eagle Industries Unlimited Brand, P/N: TREC-L-CCA, Travel Rolling Equipment Cargo Bag. 0010 Airforce Kit, 12 each, Eagle Industries Unlimited Brand, P/N: AFK-S-FCCA, Air Force Kit, Small, Fire Retardent CCA. 0011 Freight and Shipping, Cost to quick ship full / partial orders depending on the availability of items to Moffett Field, CA 94035-0103. IAW FAR 52.211-6 -- Brand Name or Equal (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. Any offerors believing they can provide the brand name product may provide evidence for consideration. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery and provide unit prices with a grand total. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.222-3 Convict Labor 52.222-19 Child Labor-Coorperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.246-2 Inspection Of Supplies-Fixed Price 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (EST), 28 Dec 2012 at 129MSC, Box 103 Stop 28, Moffett Field, CA 94035-0103. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of MSgt Duncan Collier at (650) 603-9277. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to MSgt Duncan Collier, Base Contracting Officer, at (650) 603-9274, duncan.collier@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-13-R-7006/listing.html)
- Place of Performance
- Address: 129 RQW, Base Contracting Office P.O. Box 103, Stop 28 Moffett Field CA
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN02954460-W 20121223/121221234618-6893d3741c4fe66b72bbe6de6dda447c (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 |