Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2003 FBO #0453
SOLICITATION NOTICE

84 -- Firefighters' Gears

Notice Date
2/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Regional Contracting Office Far East, PSC 557 Box 2000 FPO AP 96379-2000
 
ZIP Code
96379-2000
 
Solicitation Number
M6740003T0216
 
Archive Date
4/11/2003
 
Point of Contact
Satomi Abe 011816117458612 Marylani Grant, Phone:011816117451504
 
Description
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. This procurement is not a small business set-aside; any responsible sources may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-03-T-0216 applies and is issued as a Request For Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. DPAS Rating is DO-C9E. The North American Industrial Classification System code is 315211 and the business size standard is NTE 5.0 million. This procurement constitutes Item 0001 through Item 0007 plus two op tion years. We are seeking to place a Requirements Contract for Base plus two Option years. As the Government orders each line item in various sizes when issuing delivery order, the offerors are desired to propose price quotes regardless of the sizes. If the prices change depending on the sizes, the offerors are required to specify them. Note: All materials shall apply to NFPA (National Fire Protect Agency) Codes and Standards. The offerors are required to submit the prices of the Base (0001 through 0007), Option Year I (1001 through 1007), and Option Year II (2001 through 2007). Item 0001,1001, 2001: Estimated Qty per Year: 30 PAIR, FOOTWEAR, FIREWALKER BRAND FIREFIGHTING PREMIUM US MADE SERIES EMERGENCY RESPONSE FOOTWEAR, HI-TEMP INSULATED SERIES WITH STEEL TOE AND MIDSOLE. PART# JFU0102MC-5128X, MFR P/N: RANGER#5128. Brand name or Equal Item 0001 for Base Yea r: U/P___________T/P____________ Item 1001 for Option Year I: U/P___________T/P____________ Item 2001 for Option Year II: U/P___________T/P____________ Item 0002, 1002, 2002: Estimated Qty per Year: 40 EACH, GLOBE BRAND HI-TEMP FIREFIGHTING NFLA/UL ALUMINIZED 52X SERIES CFR RESPONSE GLOVE WITH KV WRISTER AND LEATHER PALM, PART# JFU0102MC-52GL, MFR P/N: SHELBY#5200. Brand name or Equal Item 0002 for Base Year: U/P ___________ T/P ___________ Item 1002 for Option Year I: U/P ___________ T/P ___________ Item 2002 for Option Year II: U/P ___________ T/P ___________ Item 0003, 1003, 2003: Estimated Qty per Year: 50 EACH, BULLARD ALUMINIZED COVER FOR ARFF(Aircraft Rescue Fire Fighting) HELMET PART# JF502062RTH, MFR P/N: BULLARD#R260. Brand name or Equal Item 0003 for Base Year: U/P __________ T/P ____________ Item 1003 for Option Year I: U/P _________ T/P___________ _ Item 2003 for Option Year II: U/P _________ T/P____________ Item 0004, 1004, 2004: Estimated Qty per Year: 50 EACH, BULLARD 6? GOLD COATED FACESHIELD FOR ARFF(Aircraft Rescue Fire Fighting) HELMET, PART# JF502043RTH, MFR P/N: BULLARD#R340. Brand name or Equal Item 0004 for Base Year: U/P __________ T/P ____________ Item 1004 for Option Year I: U/P __________ T/P ____________ Item 2004 for Option Year II: U/P__________ T/P ____________ Item 0005, 1005, 2005: Estimated Qty per Year: 75 EACH, HOOD ASSEMBLY, FIREFIGHTING PROTECTIVE HOOD ASSEMBLY, HIGH-TECH SERIES 50154 (NOMEX HOOD) EXTRA LONG BIBS EXTEND INTO THE SHOULDER FOR COVERAGE 100% NOMEX. 1971-1997 NFPA STANDARD, MFR P/N: PGI#50154. Brand name or Equal Item 0005 for Base Year: U/P___________T/P____________ Item 1005 for Option Year I: U/P___________T/P____________ Item 2005 for Option Year II: U/P________ ___T/P____________ Item 0006, 1006, 2006: Estimated Qty per Year: 10 EACH, TURN-OUT COAT, ALUMINIZED PBI/KEVLAR BOEING SPECIFIED. GX-7 TURN OUT #818824, 7OZ ALUMINIZED PBI KEVLAR SHELL, CROSSTECH ON PJ MOISTURE BARRIER, ARASHIELD CUFFS. ALUMINIZED PBI REINFORCED ELBOWS, HAND WRIST GUARD. ACTION BACK AND ARALITE QUILT LINER, MFR P/N: GLOBE#818824 Brand name or Equal Item 0006 for Base Year: U/P ___________ T/P ___________ Item 1006 for Option Year I: U/P ___________ T/P ___________ Item 2006 for Option Year II: U/P ___________ T/P ___________ Item 0007, 1007, 2007: Estimated Qty per Year: 35 EACH, TURN-OUT PANTS, ALUMINIZED PBI/KEVLAR BOEING SPECIFICATION. GX-7 TURN OUT PANTS# 918824, 7OZ ALUMINIZED PBI KEVLAR SHELL, CROSSTECH ON PJ MOITURE BARRIERS, ARASHIELD CUFFS, ARALITE KEVLAR LINER, FIELD REPLACEABLE ALUMINIZED KNEE REINFORCEMENTS, ELASTIC ENVIRONMENTAL SEA L AT THE CUFFS, MFR P/N: GLOBE#918824. Brand name or Equal Item 0007 for Base Year: U/P __________ T/P ____________ Item 1007 for Option Year I: U/P __________ T/P ____________ Item 2007 for Option Year II: U/P __________ T/P ____________ Item 0008, 1008, 2008: Estimated Amount: DOOR-TO-DOOR AIR COMMERCIAL SHIPMENT FOR ONE PACKAGE WEIGHS ABOVE 70 POUNDS (ex. 100 pounds) TO THE ADDRESS BELOW. Estimate Amount for door to door shipment of 100 1bs package $ _________________ TMO OFFICER MF: H&HS, MCAS FUTENMA UNIT 35201, BLDG#628 GINOWAN CITY, OKINAWA, JAPAN POC: Richard B Carey / Gysgt Chhristopher A Poindexter TEL: 011-81-611-736-3808 / FAX: 011-81-611-736-2732 EMAL: careyrb@futenma.usmc.mil / poindexterCA@futenma.usmc.mil As prescribed in FAR provision 52.211-6 Brand Name or Equal, the offers of ?equal? products, including ?equal products of the brand name manufacturer, must (1) meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. The offerors proposing brands other than the stated brand may be required to present samples of the products to determine the compatibility with existing equipment at the technical evaluation. Delivery: We have three options for the delivery place depending on the size and the priority of the packag e. Delivery place and the shipping charge will be specified in each delivery order. 1. Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP, 25600 Chrisman Road, Tracy CA 95376. (The packages with low priority weigh above 70 1bs) 2. H&HS, MCAS Futenma, Unit 35201 FPO AP 96372-5201 (Use US Postal Service for the packages weigh below 70 1bs) 3. TMO Officer, MF: H&HS, MCAS Futenma UNIT 35201, Bldg#628 Ginowan City, Okinawa, Japan (Use Commercial door to door Air Shipment for the package with high priority) Orders placed against this Requirements Contract are desired to be delivered within 20 days after the order is placed with the successful offeror. The offerors are required to put their proposed delivery date on their quotes. Delivery date is one of the technical acceptability factors to meet the Government requirements. The following Federal Acquisition R egulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, Lowest Price Technically Acceptable; The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of ?the lowest evaluated total price for the base and two option years ? of quotes meeting or exceeding the acceptability standards of the technical specifications and the other Government requirements mentioned above. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; 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; FAR 52.233-2 Service of Protest; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.216-21 Requirements; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.216-19 Order Limitations; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-18 Availability of Funds; 52.247-34 F.O.B. Destination; 52.247-32 F.O.B. Origin, Freight Prepaid; 52.211-6 Brand Name or Equal; 52.214-21 Descriptive Literature. Responsible Offerors must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004. DUNS, TIN and CAGE Code must be written on submitted quote. Offerors must submit their quotes in accordance with FAR 52.212-1. Full text of these provisions and clauses may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. Payment will be made by Electronic Fund Transfer (EFT) via DFAS Yokota, Japan. Offers can be faxed to 011816117450969 or mailed to the Contracting Office, U.S. Marine Corps RCO, MCB CAMP S. D. BUTLER, PSC 557 BOX 2000, FPO AP 96379-2000. Offers must be received no later than 3:00 PM, JST, 12 May 03. Questions may be addressed to Abe Satomi, or Marylani Grant email at: abes@mcbbutler.usmc.mil, or grantmc@mcbbutler.usmc.mil. All responsible sources may submit a quote that shall be considered. *****
 
Web Link
http://rco.mcbbutler.mil
(http://rco.mcbbutler.mil)
 
Record
SN00265928-W 20030228/030226213617 (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.