|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1997 PSA#1990440th Airlift Wing/General Mitchell International Airport, 300 E.
College Avenue, Milwaukee, WI 53207-6299 84 -- INTEGRATED VEST AND BODY ARMOR ENSEMBLE SOL F47606-97-T1266 DUE
010898 POC Mark L LaCroix, Contract Specialist This is a combination
synopsis/solicitation for commercial items prepaired in accordance with
the format in Subpart 12.6, as supplemented with information included
in this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. This solicitation, F47606-97-T1266, is issued as a Request for
Proposal. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-37.
The solicitation is unrestricted. The Standard Industrial Code (SIC)
classification is 2399, the size standard is 500 employees. The line
numbers are as follows: CLIN 0001: unit of issue: Each, quantity: 90,
description:Integrated Vest and body Armor, SOL F47606-97-T1266, DUE 8
JAN 1998, POC Mark L LaCroix (414) 482-5271. Integrated Vest and Body
Armor, at the 440TH Airlift Wing, General Mitchell International
Airport, Milwaukee, WI 53207-6299. This solicitation consists of
providing all labor, materials, tools, equipment, and transportation
necessary to provide the following: Integrated Vest and Body Armor,
Base vest shall be constructed of high tensile strength Rashel knit
mesh t meet or exceed MIL-C-8061 and heavy weight polyester pockets.
All material shall be fire retardant to meet or exceed the requirements
of FAR 25.853. Vest shall close by the use of an 11" zipper attachment
to the front. Vest shall have affixed multiple rows of female
attachment devices (non-reflective) so gear pockets can easily be
removed, added, or repositioned by the wearer, and secure enough to
meet 600 knot wind blast testing requirements. Vest shall come complete
with over 14 pockets and include a 9mm-handgun holster specifically
designed for military issue weapons. On inside of all pockets should be
an attachment ring (non-reflective), 1 " x 1 " sewn in place with nylon
webbing. Item pockets are described as follows: -- One pocket size 12"W
x 12"L x 1 "D sewn on the back, with Velcro closure positioned on top.
This pocket should also include one pocket size 8"H x 10"L x 1"D sewn
onto it with Velcro closure placed on long end. -- Two pockets, sewn
inside, toward front of vest opening size 8 " x 8 " with Velcro
attachment on top. Gear pockets shall have zipper snap closures, and
must have affixed one or more male attachment devices to allow for
removable attachment to vest. Vest shall be supplied with a minimum of
9 gear pockets. Item pockets are described as follows: -- Seven
pockets at 4"W x 5"H x 1 "D. -- Two pockets at 8"W x 5"H x 1 "D. --
Radio pocket 4"W x 9 "H x 2"D with knife attachment to hold, included,
a one handed clip lock type survival knife, black stainless steel,
with a fixed blade. Vest shall integrate, as required, with all flight
clothing, harnesses, parachute, personal flotation devices, and
chemical warfare ensembles. Will be one size fits all with adjustments
as the waist and shoulders. Color shall be light brown, easy to
camouflage and conceal. Ballistic protection system should consist of
soft body armor constructed from non-woven, unidirectional fiber,
composite ballistic material having an areal density not to exceed 1.1
pounds per square foot. Can be worn for long periods of time under or
over flight clothing, and also adjust for integration with survival
vest, parachutes, harnesses, chemical warfare ensembles, and aircraft
utility restraint harness. Material shall be inherently waterproof and
resistant to UV light degradation. Armor material shall be covered
with lightweight fabric in panel form. Armor panels shall be removable
and covered in fire retardant, washable fabric. One-size-fits-all
construction with shoulder and side protection. Silent, quick release
adjustment buckles at the waist and shoulders to allow vest to be
adjusted for snug fit. Panel covers shall have sewn in pockets to allow
addition of soft trauma packs, or ceramic or other armor plates for
additional protection. Protection should meet N1J standards. Color
should be light brown, easy to camouflage and conceal. Bid must include
current sample and/or catalogue specifications. Provisions at FAR
52.212-1, Instructions to offerors-Commercial, applies to this
acquisition, FAR 52.212-2, Evaluation-Commercial Items (Oct 1995),
applies to this acquisition. (A) Conformity to specifications, (B)
Price, and (C) Delivery are the factors that will be considered. The
Government intends to evaluate proposals and award a contract without
discussions, therefore, offerors are encouraged to submit their best
and final offer form a cost or price standpoint. The offeror is
required to submit a completed copy of the provision at FAR 52.212-3
Offeror Representations and Certifications, FAR 52.212-4 Contract Terms
and Conditions-Commercial Items (OCT 95) applies to this acquisition,
FAR 52.212-5 Contract Terms Required to Implement Statutes or Executive
Orders Commercial Items is incorporated in this solicitation. The
following additional FAR clauses cited in the clause are applicable to
the acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to
the Government, with Alternate 1 (41 USC 253g and 10 USC 2403), FAR
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41
USC 423), FAR 52.219-8 Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns, FAR 52.222-26 Equal Opportunity
(EO 11246), FAR 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 USC 4212), FAR 52.222-36 Affirmative Action
for handicapped Workers (29 USC 793), FAR 52.222-37 Employment Reports
on Special Disabled Veterans and Veterans of Vietnam Era (38 USC
4212), FAR 52.225-3 Buy American Act Supplies (41 USC 10), FAR 52.225-9
Buy American Act Trade Agreement Implementation Act Balance of Payments
Program (41 USC 10, 19 USC 2501 2582), FAR 52.225-18 European Union
sanction for End Products (EO 12849), FAR 52.225-21 Buy American North
American Free Trade Agreement Implementation Act Balance of Payments
Program (41 USC 10 Pub L. 103-187), DFARS 252.212-7001 Contract Terms
and Conditions Required to Implement Statutes Applicable to Defense
Acquisition of Commercial Items (Nov 95) applies to this acquisition
with the following addendum: DFARS 252.225-7001 Buy American and
Balance of Payments Program (41 USC 10, EO 10582), DFARS 252.225-7012,
Preference for Certain Domestic Commodities. Submit Bids to address
listed above at Item 7 no later than 1:00 PM local time, 8 JAN 1998.
All offers shall be clearly marked with RFP F47606-97-T1266. For
additional information, contact Mark L LaCroix at 414-482-5271. (0343) Loren Data Corp. http://www.ld.com (SYN# 0287 19971211\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|