Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060

934 Logistics Group/LGC, Opertional Contracting Office, 760 Military Highway, Minneapolis, MN 55450-2000

84 -- INTEGRATED SURVIVAL VEST AND BODY ARMOR ENSEMBLE SOL F21611-97-T1898 DUE 040698 POC Bruce Farmer (612) 725-1433, Contracting Officer: Marilyn Scott 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; therefore, a formal written solicitation will not be issued. F21611-97-T1898 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. The 934 LSS/LGC intends to purchase the following: Integrated Survival Vest and Body Armor Ensemble. The Survival Vest shall be constructed of high tensile strength Rashel knit mesh material to meet or exceed MIL-C-8061 and have heavy weight polyester pockets. All materials shall be fire retardant. Vest shall close by zipper attached to the front. Have multiple rows of female attachments devices (non-reflective) so gear pockets can be easily removed, added, repositioned by the wearer and secure enough to meet 600 knot wind blast testing. Vest shall come complete with over 14 pockets and include a 9mm handgun holster for military issued weapons. On the inside of all pockets shall be an attachment ring (non-reflective) Min. size 1 1/4 x 1 1/4 sewn in place with strong nylon webbing. Pockets: One (1) pocket size 12" W x 12" L x 1 1/2" D sewn on the back, with Velcro closure positioned on top. Shall have a second pocket inside the above that is 8" H x 10" L x 1" D with Velcro closure on top long end. Two (2) pockets, sewn inside, toward front of vest opening size 8 1/2" x 8 1/2" with Velcro attached to top. Gear Pockets: Gear pockets with zipper snap closures, and have one or more male attachment devices to allow for firm placement and easy removability to the vest. Vest shall include a minimum of 9 gear pockets described as follows: Seven pockets at 4" W x 5" H x 1 1/2" D. Two at 8" W x 5" H x 1 1/2" D. Radio pocket 4" W x 9 1/2" H x 2" D with knife attachment to hold one handed clip lock type survival knife. Configuration: AMC wide body aircraft. 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 at the waist and shoulders. Color shall be light brown, easy to camouflage and conceal. Ballistic protection system should consist of soft body armor providing protection to LEVEL IIIA, be able to be worn for long period 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. Projection shall meet NIJ standards. Color should be light brown and easy to camouflage and conceal. Request vendors provide specification/data sheets and any testing data/reports to support meeting the above requirements to be considered responsive. Quantity: 20 complete sets. Delivery: 60 Days after receipt of order. SIC: 2399, Size: 500 or fewer employees. Applicable FAR & Supplemental Provisions: FAR 52.212-1, Instructions to Offerors-Commercial & no additional addenda apply. FAR 52.212-2, Evaluation Commercial Items is applicable as follows: Technical, Delivery, Past performance and Price. The lowest price, technically acceptable product which meets the Government requirement as listed herein will be considered. Delivery will be the contractors ability to provide delivery in 60 days or less of award. Past Performance will be considered as it relates to the contractors ability to provide similar items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders -- Commercial Items. (b): (1), (6), (7), (8), (9) and (13) DFAR 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders-commercials items. (b) 252.225-7001, FAR & DFAR Provisions, Clause, and Offeror Representations and Certifications-Commercial Items may be viewed and/or downloaded from http://farsite.hill.af.mil/. FAX quotes and support data to 612-713-1425 or mail to the above address. (0083)

Loren Data Corp. http://www.ld.com (SYN# 0330 19980326\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page