SOLICITATION NOTICE
42 -- Fire Fighter Gear
- Notice Date
- 1/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 45 West Street, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- 0010032685
- Response Due
- 2/7/2011
- Archive Date
- 8/6/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- 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 0010032685 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 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500.00 employees. This requirement is unrestricted 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 2011-02-07 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft. Drum, NY 13602 The USA ACC MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001, Leather Bunk Boots Salient characteristics: Must be NFPA 1971 and NFPA 1992 compliant. Must be made of heavyweight, flame resistant and waterproof leather. Must have softened tumbled leather in high flex areas. Must have a full-height liner bootie that is 300g insulation with a moisture barrier, waterproof and breathable. Must have reflective flame-resistant fluorescent and reflective material for visibility., 20, EA; LI 002, Proximity Jacket Salient characteristics: Aluminized proximity jacket with 7.0oz PBI outer shell, thermal liner, moisture barrier and radio pocket. Globe GX-7 81882-E or equal., 20, EA; LI 003, Proximity Pants Salient characteristics: Aluminized proximity pant with 7.0oz PBI outer shell, thermal liner and moisture barrier. Globe GX-7 91882-E or equal., 20, EA; LI 004, Nomex Outer Jacket Salient characteristics: Must be an outer shell jacket made of 7.5oz Nomex with a thermal liner, moisture barrier, L/Y NYC triple trim, lettering to read 520th ENG, radio pocket, self material mic strap & cuffs, thumb wristers. Standard: 2 9X9 cargo pockets. Color: Natural with reflective yellow lettering and trim. Globe GX-7 80782-E or equal., 20, EA; LI 005, Nomex Outer Pants Salient characteristics: Must be 7.5oz Nomex outer shell pant with thermal liner, moisture barrier, L/Y NYC triple trim around cuffs, dragon hide reinforced knees, self material cuffs with suspenders. Standard: 2 10X10 cargo pockets. Colors: natural with reflective yellow lettering and trim. Globe GX-7 90778-E or equal., 20, EA; LI 006, Firefighting Clothing Tops Salient characteristics: Must be yellow FR cotton coat with trim and lettering to read 520th ENG. Sizes small through 2XL. Wild Land C-9F-WLC or equal., 20, EA; LI 007, Firefighting clothing pants Salient characteristics: Must be spruce green pants with trim around calfs. Size small thorugh 2XL. Standard inseams to be 28, 30, 32., 20, EA; LI 008, Handline Nozzle Salient characteristics: Must be automatic 100 psi (7 bar) pressure control with a flow capacity of 95-300 gpm (360-1150 l/min). Must includes pressure-assisted flush without shutting down. Must have turbulence-free flow control, six detent flow positions, molded rubber teeth for full-fill "power fog", and "Gasket Grabber" inlet screen. Pistol grip is mounted below the valve. Lightweight hardcoat anodized aluminum. Full-time swivel coupling. TFT part number H-VPGI or equal., 1, EA; LI 009, Handline Nozzles Salient characteristics: Must be automatic 100 psi (7 bar) pressure control with a flow capacity of 95-300 gpm (360-1150 l/min). Must include pressure-assisted flush without shutting down, must have turbulence-free flow control, six detent flow positions, molded rubber teeth for full-fill "power fog", and "Gasket Grabber" inlet screen. Lightweight hard coat anodized aluminum materials. Full-time swivel coupling. TFT part number H2-VPGI or equal., 1, EA; LI 010, Automatic Nozzle Salient characteristics: Must have grip 1.5" NH (38mm) Full automatic 100 psi (7 bar) nozzle with 1.5" (38mm) coupling and thread. Flow range of 10-125 gpm (40-500 l/min). Includes pistol grip mounted below the valve, flush without shutting down, six position detent flow control slide valve, "Gasket Grabber" inlet screen, and molded rubber bumper with "power fog" teeth. Lightweight hardcoat anodized aluminum. Rocker lug 1.5" NH (38mm) full-time swivel coupling. TFT ULTIMATIC BGH-125 or equal., 1, EA; LI 011, Dock Strainer - Salient characteristics: Must be 5 dock strainer. Must have a polyethylene molded float with molded in carry handle (handle can be used for tie off and retrieval), float must prevent any whirl pooling, Self-Leveling, not hand welded, Al-Mag castings, long handle swivels with standard NH or NPSH threads20-30%, detachable strainer and can be used separately as a "Box Strainer". Fol-Da-Tank part number FDS5 or equal., 1, EA; LI 012, Low Level Strainer Salient characteristics: Must be 5 low level strainer. Must be NFPA 1142 compliant. Maximum pumping capacity down to a water level of 1.5" - 2". Flow Rate, Low-Level rate is 1700 - 2000 GPM. Long handle swivels with standard NH or NPSH threads. Fol-Da-Tank part number LFS5 or equal., 1, EA; LI 013, Foldable Water Tank Salient characteristics: Must be 500 gallon capacity. Must be NFPA 1142 compliant. Hinge protector that helps to prevent pinching of hands and fingers when folding the tank. Must have grab handles placed on the side wall of the liner., 1, EA; LI 014, Kochek PVC Suction Hose Salient characteristics: 5" NH Long Handle Female and Rocker Lug Male X 10' PVC Suction Hose. Kochek 2P501 or equal., 1, EA; LI 015, Kochek PVC Suction Hose Salient characteristics: 5" NH Long Handle Female and Rocker Lug Male X 15' PVC Suction Hose. Kochek 2P501 or equal., 1, EA; LI 016, Rescue Chisel Kit Salient characteristics: The rescue kit must be designed for cutting metal, chipping concrete or masonry brick, and digging in dirt or gravel. Must be able to be used in forcible entry, trench rescue, structural collapse, mining collapse and confined space rescue. Rescue Chisel Kit must include all items listed in the Ajax X11-RX Rescue Chisel Kit., 1, EA; LI 017, Fire Fighting Gloves Salient characteristics: Must be NFPA compliant. Must have a TPP rating of at least 18 and offers flame resistance. Must have a moisture barrier with a melting point over 400 degrees, waterproof, breathable. Must provide liquid penetration resistance against blood, body fluids, and commons chemicals. 5200psi tensile strength. Extra leather shell for palm protection. Dragon Alpha X NFPA fire fighting gloves or equal., 20, EA; LI 018, Multi Tool Salient Characteristics : Must be a compact one-handed opening multi-tool. Must incorporate the following tools: C-4 explosives punch, blasting cap crimper, wire cutter, needle nose pliers, 3 inch drop point blade, 3 inch serrated sheepsfoot blade, RemGrit saw blade, cross point screwdriver, large, medium and small flat blade screwdrivers, file, bottle opener and lanyard. Include a ballistic nylon sheath. Gerber Multiplier 600 or equal., 20, EA; LI 019, Leather Work Gloves Salient characteristics: Must be made of leather, 3 mil required thickness in the fingers. Thickness of the palm and back of the fingers may exceed 3mil but cannot be less than., 40, PR; 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. 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:52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-28, Post Award Small Business Program Representation;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; 52.223-18, Contractor Policy to Ban Text Messaging While Driving;52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003 ALT I, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors;252.232-7010, Levies on Contract Payments; 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; 252.225-7036, 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 339113 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/9a2752cfa827c943896755c3c5330e20)
- Place of Performance
- Address: Ft. Drum, NY 13602
- Zip Code: 13602
- Zip Code: 13602
- Record
- SN02368796-W 20110130/110128234101-9a2752cfa827c943896755c3c5330e20 (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 |