SOLICITATION NOTICE
42 -- Fire Fighter Self Contained Breathing Apparatus (SCBA)
- Notice Date
- 8/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0734
- Archive Date
- 9/15/2012
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
- 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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 100 employees. This requirement is 100% set-aside for small business. All interested Contractors may provide a quote for the following: Line Items 0001-0002 are BRAND NAME ONLY (Mine Safety Appliances Company). These brand name products are required because they are the only brand that meets the agency's needs. Line Item 0001: Quantity Three (3) MSA Cylinder & Valve Assembly, 4500 PSIG, Less Air (Material No. 10037095) Line Item 0002: Quantity Three (3) MSA Firehawk M7 Air Mask, 4500, Configured (Material No. B-M7H: D-1-6-D-0-D-2-4-D-C-B-5), which shall be configured with the following: Carrier: D - DOUBLE PULL W/CHEST STRAP Lumber Pad Rescue Belt Assembly: 1 - SWIVELING Cylinder: 6 - 45 Carbon, Less Air Regulator Type: D - CBRN, SOLID.COV. PTC. Q.C. Emergency Breathing Support: 0 - NONE Face Piece Type: D - UE HYCAR LARGE Nose Cup: 2 - U. E. LARGE Head Harness: 4 - SPEED ON W/NECKSTRAP Communications: D - AMP RI Gauge/Integrated Pass Option: C - CONTROL MD. W/RFID W/THERM. Heads Up Display Option: B - M7 INTERNAL HUD Case: 5 - SOFT CASE FCPC BAG BLACK Warranty: Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10 Reporting Subcontracting Awards 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 Labor - Cooperation 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 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (ii) Alternate I of 52.225-3 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Friday, August 31, 2012. Quotations must be submitted via e-mail at joshua.holliday@nist.gov. Fax quotations will NOT be accepted. Quotations will not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Quotation Instructions: The offeror shall submit the following: 1. An original and one (1) copy of a quotation which addresses Line Items 0001-0002. 2. An original and one (1) copy of the technical description and/or product literature. 3. An original and one (1) copy of the most recent published price list(s). 4. Description of Warranty. 5. Country of Origin. Basis for Award Determination/Evaluation Criteria: Award shall be made to the offeror that provides the lowest priced technically acceptable quotation. Technical acceptability means that the quotation meets all of the stated minimum requirements. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based solely on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price will be evaluated for reasonableness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0734/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02854107-W 20120826/120824235746-1f45e50caef47e5287ba15c7b7712431 (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 |