Federal Bid

Last Updated on 19 Feb 2013 at 10 AM
Combined Synopsis/Solicitation
Mountain view California

84--Body Armor - Vests and Plates

Solicitation ID W912LA-13-R-7006
Posted Date 21 Dec 2012 at 8 PM
Archive Date 19 Feb 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7mx Uspfo Activity Caang 129
Agency Department Of Defense
Location Mountain view California United states 94035
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; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LA-13-R-7006, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 26 Jul 2012). It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not listed as active in the System for Award Management (SAM) database. The following commercial items are requested in this solicitation.

The items being procured are:

0001 Body Armor Plates - Small, 24 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Small, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut.

0002 Body Armor Plates - Medium, 50 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Medium, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut.

0003 Body Armor Plates - Large, 12 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 Large, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut.

0004 Body Armor Plates - X-Large, 8 pieces, Eagle Industries Unlimited Brand, P/N: Spear Gen 2 X-Large, Spear Gen II, Mult Strike AP Hard Armor Plate, Spear Cut.

0005 Body Armor - Small, 12 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-SMLLR-000, CIRAS Vest Inserts Front/Rear Heat Seal SMLLR.

0006 Body Armor - Medium, 25 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-MEDMR-000, CIRAS Vest Inserts Front/Rear Heat Seal MEDMR.

0007 Body Armor - Large, 6 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-LRGER-000, CIRAS Vest Inserts Front/Rear Heat Seal LRGER.

0008 Body Armor - X-Large, 4 sets, Eagle Industries Unlimited Brand, P/N: E-BM97E-XLRGR-000, CIRAS Vest Inserts Front/Rear Heat Seal XLRGR.

0009 Cargo Bag, 12 each, Eagle Industries Unlimited Brand, P/N: TREC-L-CCA, Travel Rolling Equipment Cargo Bag.

0010 Airforce Kit, 12 each, Eagle Industries Unlimited Brand, P/N: AFK-S-FCCA, Air Force Kit, Small, Fire Retardent CCA.

0011 Freight and Shipping, Cost to quick ship full / partial orders depending on the availability of items to Moffett Field, CA 94035-0103.

IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

Any offerors believing they can provide the brand name product may provide evidence for consideration.

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery and provide unit prices with a grand total. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.

Additionally the following clauses and provisions apply to this acquisition:

52.204-7 Central Contractor Registration
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31
52.222-3 Convict Labor
52.222-19 Child Labor-Coorperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
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
52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification
52.232-1 Payments
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes-Fixed Price
52.246-2 Inspection Of Supplies-Fixed Price
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated by Reference

Applicable DFARS clauses included:

252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A
252.211-7003 Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (EST), 28 Dec 2012 at 129MSC, Box 103 Stop 28, Moffett Field, CA 94035-0103. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of MSgt Duncan Collier at (650) 603-9277. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to MSgt Duncan Collier, Base Contracting Officer, at (650) 603-9274, [email protected].
Bid Protests Not Available