K-9 Deployment Kits
Body of Synopsis/Solicitation to be entered.
1. K-9 DEPLOYMENT KITS DELIVERED TO THE 316TH SECURITY FORCES SQUADRON AT 3537 SALEM ROAD, ANDREWS AIR FORCE BASE. Request for Quotation F1D3648115A002 DUE 13 August 2008, 12:00pm Eastern Standard Time (EST). Point of Contact: TSgt Jason Tyree, 301-981-1905, Contracts Manager; Lt Shayla Canty, 301-981-2357, Contracting Officer.
2. This solicitation has been set aside 100% to small business; all responsible sources may submit a proposal (see Numbered Note 1).
3. 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.
4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080721.
6. The North American Industry Classification System (NAICS) code is 453910 and the business size standard is $6.5 million.
7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price contract from this solicitation.
8. Contract Line Item, description, and quantities are as follows:
25 K-9 kits to include:
1. Badge Holder, ¼â Heavy Leather Agitation Collar
2. Five Chrome Chain 4mm herm sprenger chain collars or equal (one 18â, one 20â, one 22â, one 24â, one 26â)
3. Best Fit Muzzle(size 6 â 60 to 80 lbs)
4. Standard muzzle to fit German Shepards - 80-100 lbs.
5. Biodegradable Poop Bags (100 pack)
6. 3" solid rubber ball on a string
7. Double 1â X 18â soft double ply nylon lead to include double layers of 1â nylon
8. Metro Air Force Crate Fan or equal (battery powered fan for dog crate)
9. ball holder with belt loop
10. Medium leather tracking harness (20â â 32â girth)
11. CMC Carabineer Alum (locking, 30Kn)
12. Pelican case No Foam (Outside Dimensions: 32 1/2"L x 20 1/2"W x 11 5/16"D Inside Dimensions: 29"L x 17 7/8"W x 10 1/2"D Fold down main handle, 7" extension handle, large side trunk handles, seven large latches, 2" hard rubber transport wheels (included). Weight: 31 lbs. Color: black)
13. Pelican lid organizer for Pelican case No Foam, 10 X 26mm Binoculors, 4.5"L x 1.75"H 3.75"W, 289 ft. @ 1000 yds, 12.3 oz
14. Camelbak Medpak Insert Olive drab to include color-coded, removable airway and circulation trauma packs or equal
15. Head lamp to include four LEDâs with three power settings (maximum, optimum and economy) and blinking mode that alternates easily between white and red light by moving the pivoting filter over the reflector with a battery life up to 150 hours, 3" x 16" one handle suit tug
16. non-tip, anti-splash, spill resistant bowl, Top 8", inside hole 4", 2 1/2â deep
17. Magnetic sign âPOLICE DOGâ, Black kong (large) or equal, Black kong (XL) or equal
18. Cooling vest that contains 2 cooling packs
19. Cooling vest replacement packs, (set of 3)
20. Black K-9 boot (1 large, and 1 medium)
21. Doggles with one pair of replacement lenses or equal
22. 6â black double ply nylon lead
23. 30ft black signature grip
24. Undercoat rake for short hair
25. Pro SS large nail trimmer or equal,
26. SS dual sided shedding blade or equal
27. large firm slicker brush
28. 8oz tuffoot lotion
29. Blue hydro bowl (med) (collapsible bowl)
30. Police reflective patch (embroidered patch that says, POLICE)
31. Nylon Patrol harness (heavy duty 2â nylon with high-strength, quick release buckles to include loop velcro (or equal), and a brass âDâ ring on top, made to fit 28â to 36â girth.)
32. Vittles Vault Jr or equal
33. DO NOT DISTURB signs (plastic)
34. Battlelab SOF Assault Pack equal in ACU, CYT, RG.
$ ¬¬¬ each (include shipping and handling to destination)
9. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes.
10. Delivery: Acceptance shall be made at destination.
11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors â Commercial Items applies. Addendum to Paragraph (b)(10) â Delete entire paragraph. Substitute âPast Performance will not be evaluated.â Paragraph (d), Product Sample âdelete entire paragraph. Paragraph (e), Multiple offers â delete entire paragraph. Substitute âOfferors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers â delete entire paragraph. Substitute âSingle Award. The Government plans to award to a single contract resulting from this solicitation.â
(B) The provision at FAR 52.212-2, Evaluation â Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and most reliable delivery. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision.
(C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders â Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; FAR 52.222-3, Convict labor; FAR 52.222-19, Child Labor â Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.222-36, Affirmative Action for Workers With Disabilities.
(D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910.
(E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments.
12. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications â Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications â Commercials Items (must be available online â https://orca.bpn.gov); DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate.
13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions â Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside.
14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Governmentâs ultimate approach not does it obligate the Government to pay for quotation preparation cost.
15. Contact TSgt Jason Tyree at 301-981-1905 or e-mail
[email protected] to obtain a solicitation handout. Proposals must be received no later than 12:00PM EST, 13 August 2008. Proposals can be emailed to
[email protected], faxed to: 301-981-1910 or mailed to: 316th CONS/LGCBA, ATTN: TSgt Jason Tyree, 1535 Command Drive, E-206, Andrews AFB, MD 20762. Facsimile proposals will be accepted at 301-981-1910.
Bid Protests Not Available