Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

84 -- Soft Torso Protecting Body Armor (Level IV)

Notice Date
9/14/2017
 
Notice Type
Presolicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-17-Q-BB5127
 
Archive Date
10/15/2017
 
Point of Contact
Catherine Prestipino, Phone: 7576284116
 
E-Mail Address
catherine.prestipino@uscg.mil
(catherine.prestipino@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA intends to procure Level IIIA soft body armor to be used in conjunction with the Enhanced Small Arms Protective Insert (ESAPI) plate to provide Level IV ballistic protection against specific 5.56- and 7.62-mm ball and armor-piercing (AP) ammunition. All body armor shall be certified by the National Institute of Justice (NIJ) Standard 0101.06 to have met their Ballistic Resistance of Body Armor standard for Level IIIA and provide ballistic protection against specific 5.56- and 7.62-mm ball and armor-piercing (AP) ammunition when used as a backer with the Enhanced Small Arms Protective Insert (ESAPI) plate as per CO/PD 04-19D. The solicitation will be issued as a total Small Business set-aside. The applicable NAICS Code is 315990, Accessories and other Apparel Manufacturing, and the size standard is 500 employees. The contract vehicle will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm-fixed unit prices; individual delivery orders would be issued pursuant to the IDIQ contract if supplies are required. The period of performance will be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options periods are exercised by the Government). The performance period of the contract is anticipated to start no later than December 15, 2017. SAM Registration: Interested parties should register in the System for Award Management (SAM). Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. IMPORTANT: The solicitation will be available on or about October 2, 2017 and is anticipated to close on or about November 1, 2017. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments, and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS: Questions will not be accepted at this time; interested parties may submit questions regarding this requirement after the solicitation is posted on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-17-Q-BB5127/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04677811-W 20170916/170914232243-995e6e4c1b4314eb1ee17d54bd56147f (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.