|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284182nd Airlift Wing, Illinois Air National Guard, Attention: Base
Contracting, 2416 S. Falcon Boulevard, Peoria, Illinois 61607-5023 84 -- INTEGRATED VEST AND BODY ARMOR ENSEMBLE SOL DAHA1199Q6200 DUE
021799 POC Vanessa Cunningham (309)633-5239 WEB: Click here to access
the FAR and DFARS, http://farsite.hill.af.mil. E-MAIL: Click here to
contact the Contract Specialist via, vcunningham@ilpia.ang.af.mil. This
is a combined synoposis/solicitation for commercial items prepared in
accordance with the format in FAR 12.6, as supplemented. This
constitutes the only solicitation, quotes are being requested and a
paper copy will NOT be issued. RFQ number: DAHA1199Q6200 incorporates
provisions and clauses current as of Federal Acquisition Circular
(FAC)97-10. This procurement is set aside for small business under SIC
2399. The size standard is 500 employees. There is one line item on
this RFQ: 99 each: Integrated Vest and Body Armor. Quote shall be
DESTINATION priced. Quotes are due no later than 1130PM local time
17FEB1999, Faxed quotes can be directed to: (309)633-5539. Item 0001:
integrated vest and body armor QUANTITY: 99 EACH. Base 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
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 be easily removed,
repositioned or added by the wearer. Vest shall be 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. Inside of all pockets shall have
an attachment ring (non-reflective) 1"x1" 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 shall 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 the 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 witha minimum of
9 gear pockets. Item pockets are described as follows: 7 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 integrated, 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 camoflage 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 harnesses. Material
shall be inherently waterproof andresistant to UV light degradation.
Armor material 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 shall meet
NIJ (Nat'l Institute of Justice) standards. There are no additive bid
items on this solicitation. The following provisions and clauses apply
to this RFQ. FAR 52.252-2 Clauses incorporated by Reference; FAR
52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 and
DFARS 252.212-7000 Offeror Representations and
Certifications-Commercial Items; FAR 52.212-5 and DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items; FAR 52.222-36 Affirmative Action
for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; 52.203-3
Gratuities; 52.222-3 Convict Labor; 52.232-1 Payments; 52.232-25 Prompt
Payments; 52.233-1 Disputes; 52.246-16 Responsibility for Supplies;
DFARS 252.204-7004 Required Central Contractor Registration. MUST BE
REGISTERED IN THE CCR TO BE ELIGIBLE FOR AWARD. Faxed quotes are
accepable: (309)633-5539 ATTN: VANESSA CUNNINGHAM REFERENCE:
DAHA1199Q6200. Posted 02/12/99 (W-SN297917). (0043) Loren Data Corp. http://www.ld.com (SYN# 0356 19990217\84-0003.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|