Modification to a Previous Presolicitation Notice - 84- Body Armor - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
July 28, 2014 Newswires
Share
Share
Tweet
Email

Modification to a Previous Presolicitation Notice – 84– Body Armor

Federal Information & News Dispatch, Inc.

Notice Type: Modification to a Previous Presolicitation Notice

Posted Date: 25-JUL-14

Office Address: Department of State; Bureau of International Narcotics and Law Enforcement Affairs; Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP); Building 783, Panama ,

Subject: 84-- Body Armor

Classification Code: 84 - Clothing, individual equipment & insignia

Solicitation Number: PR3410593

Contact: Name: Yenny Guillory, Title: Contract Specialist, Phone: 2027768632, Fax: , Email: [email protected];

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): Doral, FL 33178

Place of Performance (zipcode): 33178

Place of Performance Country: US

Description: Department of State

Bureau of International Narcotics and Law Enforcement Affairs

Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP)

MODIFICATION NOTICE:Bids are being solicited under solicitation number PR3410593. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 639528_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-01 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Doral, FL 33178 The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Brand Name or Equal, to the following: LI 001: KEVLAR VEST with plate back and front: Level III (Large Size) preferred color Coyoteor Tan, Kevlar body armor system with adjustability and small arms (9mm to 40 caliber), rifle (5.56mm) protection by inserting NIJ compliant hard armor plates level III in the front and back-Tan colored vest or Coyote, Side opening design with ballistic overlap provides greater adjustability and protective coverage Back to front adjustable side opening Shoulder option designed to add removable ballistic protection or foam inserts for comfort Bellowed plate pockets included on front and back of outer shell which allow for consistent, comfortable fit when ballistic panels are inserted Removable ID patches Internal cummerbund for adjustability Heavy duty reinforced A-frame construction man down strap, 50, EA; LI 002: KEVLAR VEST with plate back and front Level III (Medium Size) preferred color Coyote or Tan Kevlar body armor system with adjustability and small arms (9mm to 40 caliber), rifle (5.56mm) protection by inserting NIJ compliant hard armor plates level III in the front and back-Tan colored vest or Coyote, Side opening design with ballistic overlap provides greater adjustability and protective coverage Back to front adjustable side opening Shoulder option designed to add removable ballistic protection or foam inserts for comfort Bellowed plate pockets included on front and back of outer shell which allow for consistent, comfortable fit when ballistic panels are inserted Removable ID patches Internal cummerbund for adjustability Heavy duty reinforced A-frame construction man down strap, 25, EA; LI 003: KEVLAR VEST with plate back and front Level IV (Large Size) preferred color Coyote or Tan Kevlar body armor system with adjustability and small arms (9mm to 40 caliber), rifle (5.56mm) protection by inserting NIJ compliant hard armor plates IV in the front and back-Tan colored vest or Coyote Features:

Side opening design with ballistic overlap provides greater adjustability and protective coverage Back to front adjustable side opening Shoulder option designed to add removable ballistic protection or foam inserts for comfort Bellowed plate pockets included on front and back of outer shell which allow for consistent, comfortable fit when ballistic panels are inserted Removable ID patches Internal cummerbund for adjustability Heavy duty reinforced A-frame construction man down strap, 15, EA; LI 004: KEVLAR Vest with plate back and front Level IV (Medium Size) preferred color Coyote or Tan

Kevlar body armor system with adjustability and small arms (9mm to 40 caliber), rifle (5.56mm) protection by inserting NIJ compliant hard armor plates IV in the front and back-Tan colored vest or Coyote

Features:

Side opening design with ballistic overlap provides greater adjustability and protective coverage Back to front adjustable side opening Shoulder option designed to add removable ballistic protection or foam inserts for comfort Bellowed plate pockets included on front and back of outer shell which allow for consistent, comfortable fit when ballistic panels are inserted Removable ID patches Internal cummerbund for adjustability Heavy duty reinforced A-frame construction man down strap, 10, EA; "https://marketplace.fedbid.com/fbweb/fbobuyDetails.do token=%3D%3DwBKxmaVGYR9mdh%2BJIMDWc9QAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or"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, DOS International Narcotics Law Enforcement Affairs - 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOS International Narcotics Law Enforcement Affairs - Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Sellers 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 Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or [email protected]. 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). 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; these can be submitted to [email protected]. 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 All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.

The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. This is a brand name or equal to procurement, Seller certifies that it is an authorized distributer of the similar 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). Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. US EMBASSY INL PORT-AU PRINCE C/O JIT WAREHOUSE HAITI PO# (Will be provided after award) PORT-AU-PRINCE HAITI Box #__ of __ No later than 45 calendar days after receipt of award. If an export license is required, delivery shall be 30 days after receipt of export license, and export license application shall be accomplished expeditiously after award.

Link/URL: https://www.fbo.gov/spg/State/INL/INL-RM-MS/PR3410593/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  2076

Older

Presolicitation Notice – 84– Body Armor

Advisor News

  • CFP Board appoints K. Dane Snowden as CEO
  • TIAA unveils ‘policy roadmap’ to boost retirement readiness
  • 2026 may bring higher volatility, slower GDP growth, experts say
  • Why affluent clients underuse advisor services and how to close the gap
  • America’s ‘confidence recession’ in retirement
More Advisor News

Annuity News

  • Insurer Offers First Fixed Indexed Annuity with Bitcoin
  • Assured Guaranty Enters Annuity Reinsurance Market
  • Ameritas: FINRA settlement precludes new lawsuit over annuity sales
  • Guaranty Income Life Marks 100th Anniversary
  • Delaware Life Insurance Company Launches Industry’s First Fixed Indexed Annuity with Bitcoin Exposure
More Annuity News

Health/Employee Benefits News

  • Fleming files transformational Kentucky Medicaid Reform Act
  • Healey unveils health insurance reforms
  • Guest Column: I lost my mom to cancer. Better advocacy is needed.
  • Unable to reach a new agreement, LVHN's contracts with UnitedHealthcare begin expiring Monday
  • HEALTH INSURERS SHOW NO REMORSE FOR THE HELL THEY PUT PATIENTS THROUGH
More Health/Employee Benefits News

Life Insurance News

  • Melinda J. Wakefield
  • Pacific Life seeks to dismiss Kyle Busch's $8.5M lawsuit over insurance policies
  • FORMER DC TEACHER TO SERVE ONE YEAR IN JAIL FOR FELONY INSURANCE THEFT SCHEME
  • Symetra Marks 50 Years as a Stop Loss Leader
  • AM Best Affirms Credit Ratings of Meiji Yasuda Life Insurance Company
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.25% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • ePIC Services Company and WebPrez Announce Exclusive Strategic Relationship; Carter Wilcoxson Appointed President of WebPrez
  • Agent Review Announces Major AI & AIO Platform Enhancements for Consumer Trust and Agent Discovery
  • Prosperity Life Group® Names Industry Veteran Mark Williams VP, National Accounts
  • Salt Financial Announces Collaboration with FTSE Russell on Risk-Managed Index Solutions
  • RFP #T02425
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet