SOLICITATION NOTICE
84 -- VBSS TACTICAL FLOTATION VESTS (BODY ARMOR)
- Notice Date
- 5/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412T3127
- Response Due
- 5/22/2012
- Archive Date
- 6/22/2012
- Point of Contact
- Keely Bell 808-473-7666
- E-Mail Address
-
Email Contract Specialist
(keely.k.bell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3127. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-59 and DFARS Change Notice 2012-0420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 315999 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (ADS, Inc.) under the authority of FAR 13.106-1(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. CLIN 0001 - VBSS TACTICAL FLOTATION VEST, Part Number VBSS2564KCPC, Qty. 114 @ $ Kit Includes Ballistic Plates NIJ 0101.06 Certified Frag Ballistic Protection Level - FRAG, 7.62 x 51MM NATO This product is the only available tactical flotation vest that is certified to the necessary NIJ 0106.01 standard and approved by the NAVSEA Body Armor Tech Warrant Holder for Navy use. This vest is manufactured by LBT London Bridge Trading Company. In addition, ADS Inc is the sole distributor of this product. These vests will be utilized by CNRH Harbor Patrol and will directly replace the government owned LBT vests that have reached their expiration service life. Delivery Location: 370 Fuller Way, Bldg 278, Rm 215, JBPHH, HI 96853 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004, CCR Alt A DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 (iv) Alt III, Transportation of Supplies by Sea DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act ”Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments SUP 5252.232-9402, Wide Area Work Flow (WAWF) This announcement will close at 1200 HST on 22 May 2012. Contact Keely Bell who can be reached at 808-473-7666 or email keely.k.bell@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3127/listing.html)
- Record
- SN02752262-W 20120520/120519000120-d0da28362623a637416d628d2e46b2f9 (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 |