Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

42 -- Extrication Equipment

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
0010014345-0001
 
Response Due
8/12/2010
 
Archive Date
2/8/2011
 
Point of Contact
Name: Charles Davis, Title: Contract Specialist, Phone: 3157726530, Fax: 3157726406
 
E-Mail Address
charles.michael.davis@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 0010014345-0001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 313210 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACC MICC Fort Drum requires the following items, Meet or Exceed, to the following: LI 001, Battery Powered, Extrication Combination Tool, Meet or Exceed. Salient Characteristic: Operating Pressure: 10,300PSI 10,700PSI, Max Cutting Force in Cutting Notch: 48,000PSI 50,000PSI, Max Spreading Force (at back of tips): 11,500 lbs 11,800lbs, Max Spreading Force (along arm): 34,000 lbs 36,000 lbs, Max Spreading Travel: 10 inches 11 inches, Max Pulling Force: 6400 lbs 6700 lbs, Max Pulling Distance: 12 inches 13 inches, Weight, Ready for use: 32 lbs 34 lbs, Dimensions (Lenght x Width x Height): 27inches- 29inches x 11inches 13inches x 9inches 10inches, Voltage Powered by Portable Battery: 24 V DC, Rechargeable Battery Charging Station Required with Kit, 2, EA; LI 002, Hand Operated Extrication Cutting Tool, Meet or Exceed. Salient Characteristic: Operating Pressure: 10,300PSI 10,700PSI, Max Cutting Force in Cutting Notch: 56,000 lbs 57,000 lbs, Max Cutting Force in Central Cutter: 22,000 lbs 23,000lbs, Weight, Ready for use: 21 lbs 23 lbs, Dimension, Folded (Length x Width x Height): 25inch 26 inch x 8inch 9inch x 6inch 7inch., 2, EA; LI 003, High Pressure Lifting Bags, Meet or Exceed. Salient Characteristic: Designed for extrication of personnel, 5 ton capacity. Construction: High quality rubber, durable, reinforced by kevlar plies. Air Inlet: brass, 1/8inch NPT thread, Dimension, Folded (Length x Width x Height): 11 12inches x 11-12 inches, Weight: 4 4.5 lbs, Capacity: 5 tons 6 tons, Inflation Height: 5inches 6inches., 2, EA; LI 004, High Pressure Lifting Bags, Meet or Exceed. Salient Characteristic: Designed for extrication of personnel,10 ton capacity. Construction: High quality rubber, durable, reinforced by kevlar plies, Air Inlet: brass, 1/8 inch NPT thread, Dimension, Folded (Length x Width x Height): 15inches - 16inches x 15inches - 16inches, Weight: 7.5 - 8 lbs, Capacity: 10 tons 11 tons, Inflation Height: 8inches 9inches., 2, EA; LI 005, High Pressure Lifting Bags, Meet or Exceed. Salient Characteristic: Designed for extrication of personnel,24 ton capacity.Construction: High quality rubber, durable, reinforced by kevlar plies, Air Inlet: brass, 1/8 inch NPT thread, Dimension, Folded (Length x Width x Height): 13inches - 14inches x 40inches - 41inches, Weight: 19lbs - 20 lbs, Capacity:24 tons 25 tons, Inflation Height: 8inches 9inches., 2, EA; LI 006, High Pressure Lifting Bags Accessory Kits, Meet or Exceed. Salient Characteristic: Air Hoses available in yellow, Red and Blue. Standard Lengths: 10FT(3M), 16FT(5M),and 32FT (10m). Shut-Off Hoses with built in pressure relief valve, Pressure Regulator for low pressure SCBA only, Pressure Regulator for low pressure SCBA only, Single Control Unit, Dual Control Unit and Heavy Duty Dual Control Unit., 2, KITS; LI 007, Carbon Wrapped 60 Minute Air Cylinders, Meet or Exceed. Salient Characteristic: Air cylinders are lightweight, composite cylinders consisting of an aluminum alloy inner shell, with a total overwrap of carbon fiber, fiberglass and an epoxy resin. Built around the DOT specifications and it has a working pressure of 4500 psig. Air cylinder is rated for 60 minutes in duration., 4, EA; LI 008, Rescue Struts, Meet or Exceed. Salient Characteristic: Set includes 2 sets of Nightmare Rescue Strut Sets (48inches to 72inches) and 2 Sets of G-Force Rescue Strut Set (24inches to 36 inches).Both sets have 14 gauge solid steel, locking T pins, witches hat point heads, Simpson ratchet straps, Simpson axle straps, accessory pouches, and pickets.The struts are column tested to 10,000lbs., 2, SETS; LI 009, Spare Combination Tool Blades, Meet or Exceed. Salient Characteristic: Chrome Nickel Molly Alloy; Rating: 52 and 56 on the Rockwell Hardness Scale., 4, SETS; LI 010, Crash Site Tool Kit, Meet or Exceed. Salient Characteristic: Includes: Waterproof, 4 in 1 Screwdriver, Channel Locks, Cable Cutters, 10inch adjustable wrench, Pry Tool, Shears, Spring-Ring Wind, 4 Spare Hack Saws, Seatbelt Cutters, 4 Tire Valve Deflators, 12 inch Hacksaw, Windshield Saw, and a Kovenenx rapid release., 2, SETS; LI 011, Metal Cutting Saw, Meet or Exceed. Salient Characteristic: Gasoline Powered, Belt Driven, 95cc 2-cycle gas engine, Weight 22.7 lbs, Chrome painted guard, Large "D" starter grip, Saw carrying sling, Reflective lettering, Excellent ergonomics, Decompression valve, Active Filtration, SmartCarb carburetor, Decompression valve, DuraStarter starter unit, Enclosed transmission., 2, EA; LI 012, Pry Axes, Meet or Exceed. Salient Characteristic: Pry Ax head and claw are separate sections forged from high alloy steel and heat-treated for maximum strength. A solid steel shaft is press fitted and pinned to the claw. A tubular steel handle is press fitted and welded to the head. A rubber sleeve over the handle provides a non-slip grip. The tool weighs 6.6 lbs (3 kg), and is 18 inches (45 cm) closed, and 28 inches & 70 cm) extended. The Pry Axe is chrome plated for easy maintenance., 2, EA; LI 013, Reciprocating Saw Kit, meet or Exceed. Salient Characteristic: 18 Vold Lithium Ion Powered, 10Amps, Strokes/Min 0-2,800spm, Stroke Length 1-1/8 inch, Keyless Blade Clamp Lever, 4 Position Blade Clamp, Adjustable Shoe Fixed, Variable-Speed Trigger, Anti-Slip Comfort Grip No Tool Length 17.5 inch, Tool Weight 7.0lbs, 2, KITS; 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, USA ACC MICC Fort Drum 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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. 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) directly to charles.michael.davis@us.army.mil(not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply:252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE";DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.205-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333996 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. Prescription for Use: Include in Section G of all new solicitations and contracts. If feasible, ongoing solicitations should be amended to incorporate the language. Clause text: 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527, Facsimile number (703) 806-8866 or 8875. Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command, Office of Command Counsel, Room 2-1SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.(End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd2036890f421a405662f49810e1ab95)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN02235326-W 20100812/100810235810-dd2036890f421a405662f49810e1ab95 (fbodaily.com)
 
Source
FedBizOpps 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.