Search Contract Opportunities

Body Armor

ID: 36C26223Q1633 • Type: Presolicitation

Description

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 315990 (size standard of 600 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Body Armor that at a minimum meet the brand name and/or can possibly provide an equal product for the VA Long Beach Healthcare System. Located in Long Beach, CA. Brand name Information: Manufacturer: U.S. ARMOR CORPORATION Part Number: Nomenclature: TACTICAL PLATE CARRIER RPC 500 SERIES (GENERATION 2) Model Number: F-GSA-5016-G2-L-NV, F-3000SA-8xl 0-SH, F-3000SA-8x10-FC (Any other information): Equal to product Information: Salient Characteristics: Must be like the US Armor s tactical plate carrier RPC 500 series (Generation 2) LAPD Navy in color (small and medium sizes) Must be like the US Armor s tactical plate carrier RPC 500 series (Generation 2) LAPD Navy in color (Large and 3 X-large sizes) Must Shooters cut (seminal to US Armor D2350) multi curve level III stand alone, 8 X 10 sizes, composite with polyurea cover Must be full cut (seminal to US Armor D2350) multi curve level III stand alone, 8 X 10 sizes, composite with polyurea cover Must be like US Armors Shooters cut (D2350) multi curve, level III stand alone 10 X 12 . Composite with polyurea cover. Must be like US Armors full cut (D2350) multi curve, level III stand alone 10 X 12 . Composite with polyurea cover. Large EMB Police LAPD navy patches with silver writing, (like US Armors product #C-209396 Small EMB Police LAPD navy/silver writing (like US Armors item code C-209397) Must have a standard MOLLE System Front and Back for Additional Pockets & Pouches Must have VELCRO ID Pads and Built in Mic Tabs Must have full Wrap-Around Drag Bar (300 lb. capacity) Must have high Mobility Tactical Cut for Ease of Operator Movement Must have easily Adjustable Shoulder and Side Straps Providing Both Horizontal and Vertical Adjustment for a Personalized Fit Must be allowed to return it within (60) sixty days of manufacturing date for either free alterations or a full refund excluding any freight charges. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/18/2023 by 12:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Overview

Response Deadline
Aug. 18, 2023, 3:00 p.m. EDT Past Due
Posted
Aug. 11, 2023, 3:17 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
DEPARTMENT OF VETERANS AFFAIRS VA Long Beach Healthcare System Long Beach 90822-5201
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
70%
Signs of Shaping
The solicitation is open for 6 days, below average for the VISN 22: Desert Pacific Healthcare Network. 63% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 8/11/23 VISN 22: Desert Pacific Healthcare Network issued Presolicitation 36C26223Q1633 for Body Armor due 8/18/23. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 315990 (SBA Size Standard 600 Employees) and PSC 8470.
Primary Contact
Title
CONTRACT SPECIALIST
Name
ISRAEL GARCIA   Profile
Phone
(562) 826-8000

Documents

Posted documents for Presolicitation 36C26223Q1633

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation 36C26223Q1633

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C26223Q1633

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C26223Q1633

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 262-NETWORK CONTRACT OFFICE 22L (36C262)
FPDS Organization Code
3600-00262
Source Organization Code
100173469
Last Updated
Oct. 17, 2023
Last Updated By
israel.garcia2@va.gov
Archive Date
Oct. 17, 2023