VALLEY OPERATIONS BRAND PLATE CARRIERS FOR DOD MILITARY
CLIN Specifications:
CLIN 0001 - Quantity 5 EA
VCMH002-S/M-ABU FRONT AND BACK TORSO
FULL PALS PLATE CARRIER
SIZE: SMALL-MEDIUM ABU
CLIN 0002 - Quantity 20 EA
VCMH002-L/XL-ABU FRONT AND BACK TORSO
FULL PALS PLATE CARRIER
SIZE: LARGE-XL ABU
CLIN 0003 - Quantity 5 EA
VCCB001-M-ABU LEFT AND RIGHT
EXTERNAL CUMMERBUND
SIZE: MEDIUM ABU
CLIN 0004 - Quantity 15 EA
VCCB001-L-ABU LEFT AND RIGHT
EXTERNAL CUMMERBUND
SIZE: LARGE ABU
CLIN 0005 - Quantity 5 EA
VCCB001-XL-ABU LEFT AND RIGHT
EXTERNAL CUMMERBUND
SIZE: XL ABU
CLIN 0006 - Quantity 5 EA
VCCB001-XL-ABU FRONT AND BACK TORSO
L-IIIA HEAT SEALED
BALLISTIC PANELS
SIZE: SMALL-MEDIUM ABU
CLIN 0007 - Quantity 20 EA
LEG1L3A-ABU-L/XL FRONT AND BACK TORSO
L-IIIA HEAT SEALED
BALLISTIC PANELS
SIZES: LARGE - EXTRA LARGE ABU
CLIN 0008 - Quantity 25 EA
LEG1L3A-ABU LEFT AND RIGHT LEVEL-IIIA HEAT
SEALED 6INX8IN SIDE BALLISTIC PANELS ABU
CLIN 0009 - Quantity 25 EA
VPCH030-ABU
SIDE POUCH FOR 6IN X 8IN BALLISTIC PANELS ABU
CLIN 0010 - Quantity 1 LOT
Shipping to Tracy, CA
Items should be shipped no later than 30 Days ADC, FOB: Destination for delivery to Tracy, CA. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon technical specifications described in each CLIN and Price.
The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.204-7, Central Contractor Registration; 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunitty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis.
All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Lorie Aguon at e-mail [email protected]. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Tuesday, April 17, 2012, 4:00pm Eastern Time.