Trade Leads

CLOTHING
Clothing, individual equipment & insignia 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.The solicitation number is FY14-GC-303 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 448190 with a small business size standard of $19.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: VEST, TACTICAL, OMEGA ELITE, BLACK, 42, EA; LI 002: Holster Tactical, Kydex Black Plastic Hoster - thigh mount rigging with adaptability for light mounted on Glock 17 handgun - must accommodate the Glock Model 17 handgun with light mounted flashlight. See Surefire Model X300 (below) for light attachment. This holster must accomodate the Surefire Model light as described below. Safari Land Model 6004-836-121 tactical drop leg holster (Right Handed), 30, EA; LI 003: Holster Tactical, Kydex Black Plastic Hoster - thigh mount rigging with adaptability for light mounted on Glock 17 handgun - must accommodate the Glock Model 17 handgun with light mounted flashlight. See Surefire Model X300 (below) for light attachment. This holster must accomodate the Surefire Model light as described below. Model 6004-836-122 (Left Handed)., 4, EA; LI 004: Universal BDU Belt, Blackhawk #41UB01BK fits up to 52" designed and constructed of double layer of tough 2 inch nylon web with polymer - colorstiffener/non-reflective with heavy duty, precision stit - both edges are bound with smooth nylon/ pro-3 triple retention buckleching - Tan in color, 34, RO; LI 005: Duty Belt, Ballistic Nylon, Duty, Belt, Ballistic Nylon - Cordura Ballistic? Duty Belt features a triple-release retention buckle for the ultimate in security, plus padded edges for the ultimate in comfort. BlackHawk's? ergonomically designed Duty Belt also comes with a nylon loop backing that mates perfectly to Blackhawk? Cordura Ballistic? Trouser Belt., 34, PG; LI 006: RED TRAINING KNIFE, RUBBER, 12, EA; LI 007: KNEE PADS, TACTICAL SERIES 5.11, BLACK, 30, PR; LI 008: HYDRATION SYSTEM, CAMEL BACK, 34, EA; LI 009: EZ Cuffs Part Number:300-S EZ, 60, PR; LI 010: Kevlar Helmet, Threat Level IIIA protection Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. Internal shock-absorbing foam suspension system Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. , LARGE, 7, EA; LI 011: Kevlar Helmet, Threat Level IIIA protection Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. Internal shock-absorbing foam suspension system Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. , MEDIUM, 20, EA; LI 012: Kevlar Helmet, Threat Level IIIA protection Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. Internal shock-absorbing foam suspension system Weight: less than 3 lbs Flexible chin cup. Meets and exceeds NIJ 0106.01 standards defeating Type IIIA rounds and velocities. Tan in color. , SMALL, 7, EA; LI 013: Tactical Ballistic Vest, Threat Level IIIA Body Armor - Meets NIJ 06 Body Armor Standards - Point Blank Paraclete Federal Tactical Body Armor. Specially contoured carrier shape offers optimum protective coverage while maintaining maximum maneuverability. Exceptionally strong and durable 500 denier outershell construction Integrated torso padding system placed within the internal spacer mesh lining improves airflow and breathability. Internal cummerbund helps stabilize the vest and provides a secure fit. External, top-loading, front hard armor plate pocket and internal bottom-loading back hard armor plate pocket Left and right shoulder webbing for radio handset. Easily accessible wire routing channels. Heavy duty, reinforced ?man down? strap MOLLE Compatible Webbing Attachment System. High visibility, emovable identification in the front and back Ballistics FIIIA, Weight 1.14 lbs/sq. ft., 40, EA; LI 014: Ballistic Steel Plates ? Must fit into front and rear panels of the ballistic vest (see item #1), United Shield International - Model ACER Level III 10"X12", 80, ea; LI 015: Pouch, Diversionary Device Double,- 4.5" x 2" x 2", Adjustable lid w/Quick release and 2" adjustability, 34, EA; LI 016: Chain Link Handcuffs, Model P010. Peerless, #4610 The P010 is intended to fit increasingly tight budgets without compromising quality and safety. Designed and tested to meet the tough demands often placed on this critical piece of equipment the P010 is manufactured in Korea at an ISO/TS 16949 and ISO 14001 certified facility using high quality materials and component parts. The P010 has been tested and approved by the National Institute of Justice as meeting the current US government standards for metallic handcuffs. The P010 is standard sized, double locking, with two keys supplied. It comes with a lifetime warranty for manufacturer defect. Made in Korea., 30, PR; LI 017: Balaclava, Nomex, Provides flash/flame protection to the head and neck,Constructed entirely of DuPont NOMEX fabric,, Will not support flame or combust up to 800? F (427? C), Flat-seam stitching on the inside won't irritate when wearing a helmet, Lightweight 6 oz. DuPont NOMEX which is ideal for hot climates., 40, CS; LI 018: POUCH, RADIO, VEST MOUNTED (MOLLE), 30, EA; LI 019: GOGGLES, PROTECTIVE, 34, PR; LI 020: Tactical Search Mirrors, 5/40 fixed length- features flashlight brackets which hold 2DD flashlight with Convex Mirror (adjustable), 6, EA; LI 021: Helmet Retention System, Adjustable helmet retention system to be inserted inside the Kevlar Helmat. This Team Wendy product allows instructors to fit any student's head with a helmet without providing various helmet sizes. This retention system is fully adjustable and will acoomodate all sizes for a perfect fit., 34, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer?s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller?s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price. Award of bids will be evaluated by price, technical capability, delivery and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical Compliance with Solicitation, Delivery and Warranty Information, Past Performance,and Price, Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree Additional Info: www.fedbid.com (b-616001_01, n-140768) Contracting Office Address: SA-11B, Dunn Loring, VA 22027 Place of Performance: Sterling, VA 20166 20166 US Point of Contact(s): Name: Granger Cissel, Title: Supply Systems Manager, Phone: 5712269620, Fax: , Email: cisselg@state.gov;