Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2002 FBO #0224
SOLICITATION NOTICE

42 -- SAFETY CANS, TYPE II, JERRICAN STYLE, 5 GALLON

Notice Date
7/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR020111
 
Small Business Set-Aside
Total Small Business
 
Description
Bureau of Land Management Request for Proposal (RFP), NAR020111, 4,000 Safety Cans, 5 Gallon, Type II, Jerrican Style. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written notice will not be issued. BLM, in concert with the National Interagency Fire Center in Boise, Idaho has a need for 4,000 Safety Cans, 5 Gallon, Type II, Jerrican Style. This FFP contract is intended to procure quality metal safety cans that also meet DOT/OSHA standards plus the 29 CFR 1910.106(a)(29) standard that states safety cans must have a spring-closing lit and spout cover and so designed that it will safely relieve internal pressure when subjected to fire exposure. These safety cans will be used on the front lines of firefighting and therefore must meet these specifications. The safety cans cannot be round as they must fit existing racks. Technical Requirements: Materials; *1*. Safety Can: a) Safety cans must be DOT/OSHA approved Jerrican style, no round cans accepted. b) Approved for transportation under HM181; c) Type II container for transport of Class II liquids (gasoline). d) Cans must be certified and marked, preferably embossed with proper UN identification in accordance with 49 CFR 107 Subpart E. e) Container Specifications: Style 3A1, Size 5 U.S. Gallons, closed head, Y Packing Group. f) Must be approved metal container as authorized by Chapter I, Title 49 of the Code of Federal Regulations. *2*. Spouts and spout cover: a) Pull and pour spout required. b) Must have a spring-closing lid and spout cover so designed that it will safely relieve internal pressure when subjected to fire exposure in accordance with 29 CFR 1910.105(a)(29). Delivery schedule: 500 each by 8/12/02, 500 each by 8/26/02, 500 each by 9/9/02, 500 each by 9/23/02, 1,000 each by 10/28/02, and 1,000 each by 12/1/02. Deliver to the National Interagency Fire Center in Boise, Idaho. This is 100% set-aside for small business (See Note 1). The standard SIC/NAICS classification is 3542/333513. Size standard is 500 employees. The following Provisions and Clauses apply to this announcement: FAR clauses 52.212-1 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2001-7. 52.212-2: Technical and past performance, when combined, are significantly more important than cost or price. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS, 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION. Proposals are due July 30, 2002 by 4:00 PM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Beverly C. Sechrest; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Beverly C. Sechrest; Mail Room, Entrance S-4; BLDG 50, Denver Federal Center; Denver, CO 80225. Submit proposals to the address indicated above in accordance with FAR 52.212-1. Proposals shall include the following items: 1) Pricing Schedule, 2) Completed 52.212-3 Representations and Certifications - Commercial Items (Feb 2002) (accessible at http://www.arnet.gov/far/) 3) List of your customers having similar requirement (provide name, telephone number, and point of contact). 4) Complete descriptive literature on the product being proposed that includes but not limited to OSHA/DOT certification with illustrated example of the product. 5) Offer must be signed. The anticipated award date is August 5, 2002.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=338789)
 
Place of Performance
Address: SEE DESCRIPTION
Zip Code: 83705
Country: US
 
Record
SN00115511-W 20020714/020712213525 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.