The RFP Database
New business relationships start here

PNL EQUIPMENT


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 FY15-GC-350 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 316998 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-01-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: Holsters; Safariland for GLOCK-17; Concealment; Model #747; Plain; Black; Stock #747-83-62; Right Hand, 31, EA; LI 002: Holsters; Safariland for GLOCK-17; Concealment; Model #747; Plain; Black; Stock #747-83-62; Left Hand, 4, EA; LI 003: Magazine Pouch, 9mm Safariland for Glock-17; Concealable; Model #572; Black; Plain, 31, EA; LI 004: Armorer Kit (GLOCK), Kit contains the following items: ARMORER'S BAG - black nylon, zippered, with GLOCK logo 1 GLOCK SLIDE MANUAL CHANNEL MAINTENANCE KIT - 5 pc set 1 GLOCK REAR SIGHT TOOL - fits all models and calibers 2 GLOCK Front Sight Tool (HEX) 1 DISASSEMBLY TOOL - 2.5mm chamfered punch with GLOCK handle 1 NEEDLE NOSE PLIERS - for magazine catch spring R&R 1 SCREWDRIVER 1/8"" x 4"" - for magazine catch R&R 1 NYLON UNIVERSAL BORE BRUSH 1 POLYMER CLEANING ROD 1 CLEANING BRUSH - 2-ended toothbrush type 1 BREAK-FREE CLP16 (2/3 oz.)", 1, KT; LI 005: Spare parts: Recoil rod assembly for GLOCK-17, Stainless Steel Recoli Guide for Glock 17, 6, EA; LI 006: Spare parts: Trigger springs for GLOCK-17, For Use In: Glock 17, 17L, & 34, 9mm, Glock 20, 10mm, Glock 21, .45 ACP Glock 22, 24 & 35, .40 S&W, Glock 31, .357 Sig, Please See Ratings Below, Reduced Power...: 10, 11, 12, 14, 15 & 16 Lb. Factory Standard.: 17 Lb., Extra Power.........: 19, 20, 22 & 24 Lb. IMPORTANT NOTE: Factory recoil spring ratings above are for current production models with captive factory recoil spring systems which are silver/gray in color. Previous captive factory recoil assemblies for the 17, 17L, 20, 21 & 22 had recoil springs rated at 16 pounds. Earlier non-captive models of the 17, 17L and 19 had factory recoil springs rated at 19 pounds. Not for use in Generation 4 pistols.", 6, EA; LI 007: Spare Parts: Sight (front), 3, EA; LI 008: Spare Parts: Sight (rear), Manufacturer: Glock NR17G24 Item: 2-GLNR17G24, GLOCK Fixed Rear Night Sight for 9MM/.40/.357 6.5mm Tritium Green,Fits Glock 17", 3, EA; LI 009: 9mm Ammo, 1000 rounds per case, 20, CS; LI 010: Hearing Protectors, Peltor Tactical 6S, small, compact, foldable hearing protector. When folded, the shape of a ball, small enough for storage in a pocket or a bag during transportation. Electronically suppresses sounds over 79 dB. Four 1.5V AAA batteries give an outstanding 200 hours of service. In addition, the Tactical 6S is equipped with a unique spring steel headband that maintains attenuation better than ordinary plastic headbands., 30, EA; LI 011: Tuff Box, portable plastic hand boxes organize commonly used tools and supplies in one convenient location,1,665 cubic square inch capacity, plastic material provides long-lasting ,performance, yet is lightweight and won?t scratch surfaces , removable tote tray transports commonly used tools, two drawbolt latches with padlock eye (padlock sold separately) for security, comfort-grip top handle for portability, 20?W x 9 1/4?D x 9?H 4.5 lbs (2.04 kg), fully assembled, 1, EA; LI 012: Multi Tool- Leatherman super tool 300 - Tools: Needlenose Pliers, Regular Pliers, 154CM Removable Wire Cutters, 154CM Removable Hard-wire Cutters, Stranded-wire Cutters, Electrical Crimper, 420HC Knife , 420HC Serrated Knife, Wood/Metal File, Saw , Large Screwdriver , Medium Screwdriver, Small Screwdriver, Phillips Screwdriver, Awl with Thread Loop , Ruler (9 inches/22 cm), Bottle Opener, Can Opener, Wire Stripper, Features: Lanyard Ring, Stainless Steel Body, All Locking Blades and Tools , Leather or Nylon Sheath, Stainless Steel Handles, Black Oxide Version Available, 25-year Warranty, Measurements: 4.5 in | 11.5 cm (Closed), 9.6 oz | 272.15 g (Weight), 3.2 in | 8.13 cm (Blade Length), 2, EA; LI 013: Pro Timer- CED 7000 PRO features a Rate of Fire Tool, Run Timer Mode, Shot/Session Counter, Full Color Matrix LCD Display, quality keypad, aluminum front case, USB PC connectivity, Data Import/Export, Stopwatch, Steel Challenge Scoring, Spy Mode, Complete IPSC/USPSA Match scoring capabilities, multilingual capabilities, and Simple Mode., 1, EA; LI 014: Folding Tables 30" x 72", 87, EA; LI 015: "Tactical 1.5 "" Trainer Belt (Black), 5.11 Tactical 1-1/2"" Trainer Belt. Necessary ""go-fast"" gear. Whether youre going for the tactical look, or need a quality range belt, weve got one for you. These belts feature a low-profile, solid-cut, stainless-steel buckle with a matte-black finish. The Trainer belt is ideal for everyday and/or training wear. It is built of 1-1/2"" nylon that is five-row stitched. The working end of both belts is slanted & stiffened for ease of use. 6000 lb rating Belt features double-thick, 1-? inch five-row stitched webbing provides plyable, yet firm support for belt-worn accessories Working end slanted for ease-of-use (3 Small),(9 Medium), (14 Large), (5 X-Large)", 31, EA; LI 016: Eye Protection (Glasses; Ballistic; Shooting; UV Protection; Clear Lens)- Peltor Shooting Glasses - protect against debris from particle discharges while shooting. Anti-fog, anti-static, anti-scratch wraparound lenses meet ANSI Z87.1 standards. Amber lenses sharpen visual acuity. Flat temples for wear with muffs. Blocks 99.9% UV rays., 42, EA; LI 017: Ear Protection; Shooting FoamDisposable (200 pair per box), 2, EA; LI 018: Hydration System, CAMELBAK-COMPATIBLE WITH BALLISTIC VESTReservoir Features: The low-profile OMEGA? 102 oz. (3.1L) baffled reservoir is designed to utilize more of the users back as well as boasting a reduced stack height for confined areas, Easy-to-fill and clean wide-mouth OMEGA opening, rugged and durable Water Beast? material, leak-proof screw-cap, insulated PureFlow? tube, patented Big Bite? Valve, HydroLink? Exit Port and Drink Port, HydroLock? one-handed flow control, 38, EA; LI 019: "Black Hawk Medical Kit, [Example-Galls Dyna Med/Blackhawk TK060]; complete with M7 Med Pack. Kit must include the following items to be considered minimally acceptable for use in ATA/PNL Training ? 1 CPR Mask? 1 Disposable Airway Kit? 1 Burn Sheet? 16 Adhesive Bandages (1"" x 3"")? 2 Abdominal Pads (5"" x 9"")? 1 Trauma Dressing (12"" x 30"")? 20 Sterile Dressings (4"" x 4"")? 10 Sterile Dressings (3"" x 3"")? 2 Blood Stoppers? 2 Gauze Rolls (3"" NS)? 2 Gauze Rolls (4"" NS)? 1 Roll of Waterproof Tape (1"")? 1 Roll of Waterproof Tape (.5"") ? 1 Elastic Bandage (3"")? 1 Elastic Bandage (4"")? 2 Triangular Bandages ? 2 Cold Packs? 1 Eye Wash? 10PVP Iodine? 1 Instrument to include Shears, Kelley Forceps; Bandage Scissors; Splinter Forceps, Penlight? 1 Space Blanket? 1 No Rinse Gel? 5 Pair Nitrile Gloves? 1 Maxi-Medic Bag (Nighthawk) ? 4 Eye Pads? 1 Petroleum Gauze (3"" x 9"")? 2 Kerlix (4.5"")? 1 BP/Stethoscope Kit? 10 Alcohol Prep Pads? 1 Antibiotic Ointment? 1 Bee Sting Kit ", 1, KT; LI 020: "Kit; Trauma; Gunshot, Kit must include the following items to be considered minimally acceptable for use in ATA/PNL Training: ? 1 QuikClot Single Dose (3.5 oz.) ? 1 EMT Shears ? 1 Asherman Chest Seal ? 2 Pairs of Nitrile Gloves ? 1 Blood Stopper ? 1 Petroleum Gauze (3"" x 9"") ? 10 Gauze Pads (5"" x 9"") ? 2 Sanitized Hand Wipes ? 1 Carrying Pouch (Nylon)", 2, KT; LI 021: Pads, Gauze; Sterile, Medical, 5" x 9" Square; Individual, 180, EA; LI 022: SOF Tactical Tourniquet - 1. 100% Effective. Proven to be 100% effective during USAISR testing. 2. Durability. The SOFTT is constructed of quality, high strength materials. The tourniquet handle is machined from a solid piece of aircraft aluminum and maintains its strength in the most extreme temperatures. The tri-rings are molded Acetyl, a high impact plastic that will also maintain its strength in extreme temperatures.SOFTT with Molle pouches, 3. No Velcro? is used to maintain tension. This greatly reduces the chance of accidental release of the tourniquet during patient movement. Our buckle will also perform when dirty, muddy or sandy. Blood + sand = mud. Velcro? does not work when it is dirty. 4. Safety set screw prevents accidental release of pressure during tactical patient movement.5. Dual locking rings provide a back up in the event of a broken ring. 6. Low maintenance. Safety screws and buckles are now factory coated with a rust preventative/lubricant 7. Repairable. The SOFT Tourniquet can be easily repaired if it is damaged. 550 cord, boot laces or zip ties can be used to replace the tri-rings. Nothing is indestructible and being able to repair equipment in the field is a necessity for soldiers, 4, EA; LI 023: Military Trauma and Hemorrage Control Wound Dressing Bandage (FCPO1)-Description. Military Trauma & Hemorrhage Control Wound Dressing,Color. Green,Pad Dimensions. 4? x 7? / 10 x 17 cm.Product Description. 4? x 7? / 10 x 17 cm non-adherent sterile pads connected to a 4 inch x 5 yard / 10 cm x 4.5 m elasticized Wrapping Leader with Handle Loop, Pressure Applicator, Closure Bar and Stop & Go release Packaging. Double vacuum packed; the outer package features built-in tear notches on both sides of the package for easy opening.Application. Military - Medics/Soldiers, Emergency Medical Services, First Responders, Disaster Preparedness, Homeland Security, Search & Rescue, Law Enforcement, Sports & Outdoors, First-Aid Kits Part Number. 100121000NSN. 6510-01-460-0849 Units per box. 150, 1, BX; LI 024: Training Mannequin, w/30 Extra Mouthpieces, 4, EA; LI 025: Sanitary Wipes, Disinfectant, Disposable; 160 per package, 2, EA; LI 026: Mini Maglites , #SP2201H AA w/LED Bulb, 31, EA; LI 027: CZ Gear Bag (Equipment Bag)Dimensions: 33.5?L x 16?W x 15?D = 8040 cu. in, 34, EA; LI 028: Rain ponchos, Military Ponchos - Ripstop Nylon, Usable as a shelter-half or ground cover, Draw-string hood, Snap sides, Grommeted corners, DIMENSIONS: 54.50" x 60.00, 37, 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 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 - 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

Name: Granger Cissel, Title: Supply Systems Manager, Phone: 5712269620, Fax: , Email: cisselg@state.gov;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP