Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

12 -- Firefighter Turnout Gear-Janesville Super Coat & Pants

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort McCoy , Directorate of Contracting , Building 2103, 8th Avenue , Fort McCoy, WI 54656-5000
 
ZIP Code
54656-5000
 
Solicitation Number
DAKF61-02-Q-0077
 
Point of Contact
Kris Murray, 608-388-2702
 
E-Mail Address
Email your questions to ACA, Fort McCoy
(kris.murray@emh2.mccoy.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined Synopsis/Solicitation for commercial items prepared in accordance with simplified acquisition procedures in FAR 13 and the format specified in FAR 12.6, as supplemented with additional information included in this notice. This announceme nt constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation number, DAKF61-02-Q-0077 is issued as a request for quotation (RFQ) is due by COB 24 September 2002. This action is small bu siness set aside. The SIC is 5099. The NAICS is 421990. The size standard is 500 employees. The site of work/delivery is Fort McCoy, WI 54656. This procurement is brand name only. The customer need is for Janesville Super Coat Model CSUM2K & Pants Model PS UM2K. CLIN 0001: 26 Sets of Firefighter turnout gear to include the following: Coat that offers coat length of 32?, countoured free-range sleeves, thermal reinfoced yoke in liner, self-fabric elbow, cuff and shoulder reinforcements, 4? overlapping collar w ithout throat strap, 3? stormflap with zipper and FR hook & loop closure, 8? over-the-hand Isodri wristlets with thumbhole, ever-dry sleevewell system, zipper liner interface 8.5? black outer shell material liner pocket, external self fabric hanger loop, t wo(2) 8? X 8? X 2? full bellow pockets fully lined all 4 sides w/Kevlar Twill w/hook and loop closure; options include liner that shall remain fully detachable by means of snaps or zipper, exterior 2? hook on left chest, a 1?H X 3?W radio microphone tab on the right chest, a radio pocket with a 3.5? X 9? X 2? poly/cotton lined snap closure on each coat located low enough on right chest so that the chest band of trim covers the bottom of the pocket. Pants that offer freedom banded inseam gusset, freedom kne e with radial inseam, felf-fabric cuff reinforecment w/boot cut, removable bellows knee w/poly-coated Aramid w/2 layers of Lit-N-Dri padding, Lite-N-Dri knee cushioning in liner, coutoured waistline in back, FR hook and loop storm fly closure w/snap hook & Dee, independent waistband with snaps at waist liner interface, four (4) 2? wide self-fabric Thermoplastic suspender attachments, external self fabric take-up strap each side, 8? X 8? X 2? full bellow pocket lined 3 sides inside pocket and 3? up inside on shell w/Kevlar Twill, boxed flap and Hoook & Loop closure on left thigh, 8? X *? X 2? split bellow pocket lined 3 sides inside pocket and 3? up inside on shell w/Kevlar Twill boxed flap and Hook & Loop closure on right thigh; pants to have the following c ustom options: liner shall remain detachable by means of snaps / zipper, suspender system to be H-back style with D-ring quick adjustment, material to be non-stretching with thermoplastic attachments. The turnout gear shall bee NFPA 1971, NFPA 1999, and 29 CFR 1910.156 compliant. Vendor to provide on-premise fitting of turnout gear specified to assure proper sizing and fit, measurement with a tape will not be acceptable. Vendor to provide toll free 24 hour/365 days per year liaison representative to assist fire department via phone consultation basis, on any maintenance, repair, replacement questions that should arise. Additionally, vendor must retain a minimum of one (1) set per firefighter of the turnout specified within the state is is being used for imme diate replacement in case of contamination or other unrepairable damage. Vendor must have in-house repair capabilities contained in Wisconsin. Outer shell material: 7.0 oz natural PBI ISO Dri. Moisture barrier material: GOR RT7100 PTFE-based membrane lamin ated to 4.0 oz. non-woven aramid. Thermal liner material: 2.3 oz. E-89 Dri & 1.5 oz AraFlo Dri quilted to 3.5 oz. Glide II facecloth. Trim: 3? Lime/Yellow Scotchlite II (triple trim) ?NYC? Pattern, 3? stripe above pant coff. All trim sewn using 4-needle lo ckstitch. Stress points: 42-stitch bar Tacks at all stress points. Tracking system: 2-D Bar code ?Assert Trax? system on each garment. Vendor must include manuf acturer written statement of lifetime warranty terms and conditions with the package and thrid party certification of required interface blood borne pathogen resistance capability upon request of customer $_________.___. This solicitation document incorpor ates provisions & clauses in effect through Federal Acquisition Circular 2001-09. FAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ The following provisions & clauses are applicable: 52.212-1, Instructions to Offers commercial, 52. 212-3 Alt I Offeror Representations and Certifications Commercial Items, 52.212-4 Contract Terms & Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items with 52.222-21 Prohib ition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.222-36 Affirmative Acton for Workers with Disabilities, and 52.222-37 Employme nt Reports on Disabled Veterans & Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19 Child Labor?Cooperation with Authorities & Remedies; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Ce ntral Contractor Registration (31 U.S.C. 3332). FAR 52.219-6 Notice of Total Small Business Set-Aside, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act & Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7004 Required Central Contractor Registration (CCR) (NOTE: your company must be CCR registered. Call 888-227-2423 or www.ccr.go v to be considered for award.) In accordance with FAR Y2K requirements, the contractor shall ensure that the offered product is Year 2000 compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. company quote form, company letterhead, etc.) and MUST INCLUDE THE FOLLOWING: solicitation number DAKF61-02-Q-0077; offeror?s complete mailing and remittance address(es); discount terms, unit price for each CLIN, warranty information, produc t literature, offeror?s DUNS number _________________, CAGE number ___________ and completed FAR 52.212-3. Quote packages must be received at DBS-Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than COB 16:30 (4:30) CDT 24 Sept 2002 . POC for additional information is Kris Murray, Contracting Officer, 608-388-2702, fax 608-388-7080, email kris.murray@emh2.mccoy.army.mil Numbered note 1 (100% SBSA).
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5000
Country: US
 
Record
SN00169273-W 20020919/020917213646 (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.