|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1998 PSA#2060934 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
|
|