MODIFICATION
42 -- Fire Fighting Equipment
- Notice Date
- 9/27/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 1400 Farragut Ave, Bremerton, WA 98314
- ZIP Code
- 98314
- Solicitation Number
- N0002418R4236
- Response Due
- 9/27/2018
- Archive Date
- 3/26/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: 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. The solicitation number is N0002418R4236 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 423850 with a small business size standard of 100.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Sterling, VA 20164 The NAVSEA - HQ requires the following items, Brand Name or Equal, to the following: LI 001: X3 SCBA 4500 PSI CGA, Quick Disconnect Reg., Duel EBSS, PASS, shipped (2) per Box Part Number: X3314022200302 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 002: Carbon Cylinder 60 Min 4500 PSI CGA Part Number: 804723-01-D Note: FMS Case TU-P-LBJ Amendment 1, 120, EA; LI 003: Carbon Cylinder 45 Min 4500 PSI CGA Part Number: 804722-01 Note: FMS Case TU-P-LBJ Amendment 1, 100, EA; LI 004: AV3000HT Small Kevlar Headnet Part Number: 201215-01 Note: FMS Case TU-P-LBJ Amendment 1, 15, EA; LI 005: AV3000HT Med Kevlar Headnet Part Number: 201215-02 Note: FMS Case TU-P-LBJ Amendment 1, 30, EA; LI 006: AV3000 HT Large Kevlar Headnet Part Number: 201215-03 Note: FMS Case TU-P-LBJ Amendment 1, 40, EA; LI 007: X380N Thermal Camera Part Number: 8003028 Note: FMS Case TU-P-LBJ Amendment 1, 20, EA; LI 008: Hush Air Compressor, 6000PSI/3 Phase/415 Volts/50 HTZ, CO & Dew Point indicator, Enclosed/remote Air Part Number: AC0508463112 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 009: Revolve Air Charge System W/Base Aux high Pressure, Auto Fill, Smart Fill Part Number: AF21102210011 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 010: Storage System (2) ASME 6000 PSI Back attached, Vertical Part Number: AR1302B2001 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 011: Reg Asy, 2013 Q/D Replacements Part Number: 200077-50 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 012: Tri Air Quality Air Test Kit Champion 35 Part Number: CTNXM Note: FMS Case TU-P-LBJ Amendment 1, 5, KT; LI 013: LTO-76I3 Tail PBI Alumni Silver -Tunisia Navy Part Number: EXTUNN00001 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 014: LTO-76I3 Pants PBI Alumni -Tunisia Navy Part Number: EXTUNN00002 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 015: Model 5050B 14 Inch duel certified, NFPA 1971, 1992 Leather Fire Fighting Part Number: BT5050B Note: FMS Case TU-P-LBJ Amendment 1, 60, PR; LI 016: Aluminized Prox Glove NFPA 1971 Certified Part Number: GLBPRRWA Note: FMS Case TU-P-LBJ Amendment 1, 60, PR; LI 017: Square Bib Mask Mate Hood- Nomex Part Number: HD-NXNX-SQ Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 018: Lite Force Low Rider Helmet - Proximity -Tunisia Navy Part Number: EXTUNN00003 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 019: Carbon Cylinder 30 Min 4500 PSI Part Number: 804721-01 Note: FMS Case TU-P-LBJ Amendment 1, 60, EA; LI 020: Alkaline AA Battery Replacement Part Number: 40013975 Note: FMS Case TU-P-LBJ Amendment 1, 360, EA; LI 021: Protégé Confined Space Kit Part Number: PRO111111 Note: FMS Case TU-P-LBJ Amendment 1, 10, KT; LI 022: MDL-9 SCBA STOWAGE LOCKER NAVSEA DRAWING NO. 53711-664-7246001 Typical Config.: 28 45-min. Spare Cylinders Dimensions: 35 (W) x 25 (D) x 66 (H) in. Est. Weight: 345 lbs. Empty / 910 lbs. Loaded Part Number: 7246002-1 Note: FMS Case TU-P-LBJ Amendment 1, 10, EA; LI 023: MDL-E3 SCBA STOWAGE LOCKER NAVSEA DRAWING NO. 53711-664-7246010 Dimensions: 36 (W) x 18 (D) x 76 (H) in. Typical Config. 2: 6 SCBAs & 6 Spare Cylinders Est. Weight: 244 lbs. Empty / 555 lbs. Loaded Part Number: 7246010-53 Note: FMS Case TU-P-LBJ Amendment 1, 10, EA; LI 024: X380 NFPA Compliant Battery Part Number: 8002929 Note: FMS Case TU-P-LBJ Amendment 1, 20, EA; LI 025: VALVE ASSEMBLY, COMPLETE, 1ST Part Number: AB110-1405 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 026: VALVE ASSEMBLY, 2ND STAGE Part Number: AB110-1407 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 027: VALVE ASSEM COMP W/SEALS, 3RD Part Number: AB110-1409 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 028: VALVE ASSEM COMP W/SEALS, 4TH Part Number: AB110-1410 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 029: PRESS RELIEF VALVE 1400PSIG AS Part Number: AB110-1575 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 030: DIN ADAPTER WITH SEALOFF Part Number: AB16-0204 Note: FMS Case TU-P-LBJ Amendment 1, 8, EA; LI 031: ASSY,SCUBA CLAMP X4AN MALE STD Part Number: AB2426012 Note: FMS Case TU-P-LBJ Amendment 1, 8, EA; LI 032: KIT, REPAIR DUMP VAVLE Part Number: AB2494K Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 033: VALVE,RELIEF 6500PSIASME CODED Part Number: AB280265 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 034: OIL,ANDEROL 500 1 GL 9102 Part Number: AB282104 Note: FMS Case TU-P-LBJ Amendment 1, 8, EA; LI 035: ASSY,25FT 6KPSI 3/16 W/4JIC Part Number: AB284445 Note: FMS Case TU-P-LBJ Amendment 1, 8, EA; LI 036: ELEMENT, FILTER, 66AL Part Number: AB66CAC Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 037: ELEMENT, FILTER, 66AL Part Number: AB66X Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 038: ELEMENT, COALESCER & DRYER, 66 Part Number: AB66X10CA Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 039: KIT,REPAIR AUTO DRAIN VALVE Part Number: ABUL101 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 040: RELIEF VALVE, 1ST STAGE Part Number: ABV029885 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; LI 041: VALVE,RELIEF 2ND STG 400PSI IR Part Number: ABV029895 Note: FMS Case TU-P-LBJ Amendment 1, 4, EA; 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, NAVSEA - HQ 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Agency Office of the Inspector General Printed or Copied Double-Sided on Recycled Paper System for Award Management System for Award Management Maintenance Commercial and Government Entity Code Reporting Ownership or Control of Offeror Commercial and Government Entity Code Maintenance Predecessor of Offeror Basic Safeguarding of Covered Contractor Information Systems Alternative Line Item Proposal Control Of Government Personnel Work Product Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information Safeguarding Covered Defense Information and Cyber Incident Reporting Notice of Authorized Disclosure of Information for Litigation Support Prohibition on Contracting with Inverted Domestic Corporations--Representation Information Regarding Responsibility Matters (Jul 2013) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as œbrand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government ™s needs. The salient physical, functional, or performance characteristics that œequal products must meet are specified in the solicitation. (b) To be considered for award, offers of œequal products, including œequal 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate œequal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an œequal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) Defense Priority and Allocation Requirements ITEM UNIQUE IDENTIFICATION AND VALUATION Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations Notice of Intent to Resolicit Only One Offer Supplies and Services Provided by Nontraditional Defense Contractors Post-Award Small Business Program Rerepresentation Small Business Subcontracting Plan (DoD Contracts) Prohibition of Hexavalent Chromium Buy American And Balance Of Payments Program-- Basic (Dec 2016) Qualifying Country Sources As Subcontractors Restriction on Acquisition of Specialty Metals Preference for Certain Domestic Commodities (a) Except as provided in paragraph (b) of this clause, contingent fees, as defined in the Covenant Against Contingent Fees clause of this contract, are generally an allowable cost, provided the fees are paid to ” (1) A bona fide employee of the Contractor; or (2) A bona fide established commercial or selling agency maintained by the Contractor for the purpose of securing business. (b)For foreign military sales, unless the contingent fees have been identified and payment approved in writing by the foreign customer before contract award, the following contingent fees are unallowable under this contract: (1) For sales to the Government(s) of Australia, Taiwan, Egypt, Greece, Israel, Japan, Jordan, Republic of Korea, Kuwait, Pakistan, Philippines, Saudi Arabia, Turkey, Thailand, or Venezuela (Air Force), contingent fees in any amount. (2) For sales to Governments not listed in paragraph (b)(1) of this clause, contingent fees exceeding $50,000 per foreign military sale case. The Contractor and its subcontractors shall not take into account the exclusionary policies or practices of any foreign government in employing or assigning personnel, if ” (a) The personnel will perform functions required by this contract, either in the United States or abroad; and (b) The exclusionary policies or practices of the foreign government are based on race, religion, national origin, or sex. Export-Controlled Items Unenforceability of Unauthorized Obligations Providing Accelerated Payments to Small Business Subcontractors Electronic Submission of Payment Requests and Receiving Reports WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Levies on Contract Payments Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation Pricing of Contract Modifications Requests for Equitable Adjustment Subcontracts for Commercial Items Inspection of Supplies -- Fixed-Price (Aug. 1996) F.O.B. Destination Transportation of Supplies by Sea Termination for Convenience of the Government (Fixed-Price) Clauses Incorporated By Reference EXTENSION OF COMMERCIAL WARRANTY (NAVSEA) (NOV 1996) The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided that such warranty is available at no additional cost to the Government. The Contractor shall provide a copy of the standard commercial warranty with the item. The standard commercial warranty period shall begin upon the final acceptance of the applicable material or software. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause, nor does it limit the Government's rights with regard to other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. (End of Text) ADDITIONAL MARKING REQUIREMENTS FOR FMS ITEMS (NAVSEA) (SEP 1992) (a) The following identifying marks shall appear on the outside of each box, parcel and/or crate and all shipping papers included in each shipment: NAVY FMS CASE: __________ REQUISITION NO.:__________ ITEM DESCRIPTION: ____________ If a consolidated shipment of several items in one container is forwarded, add to the above information "CONSOLIDATED SHIPMENT, CONTAINS ___________________________ITEMS". (b) The inscription "UNITED STATES OF AMERICA" shall be affixed in a suitable size indelible stencil, label or printed form on all external shipping containers or the exterior surface of uncrated items. (c) All invoices, correspondence, reports and other documents shall be identified with the appropriate FMS case designator, requisition number(s), and item description(s). (End of Text) SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (APR 2015) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. BASIS OF AWARD (NAVSEA) (SEP 1990) ALL UNITS OF ALL ITEMS WILL BE AWARDED TO ONE OFFEROR. OFFERS, THEREFORE, MUST BE ON THE BASIS OF FURNISHING ALL UNITS OF ALL ITEMS. (End of Provision) New Equipment ONLY: NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition; FAR 52.212-3 alt 1, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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-Commercial Items, paragraph (a), the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-9, 52.219-28, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.242-5, paragraph (d) and paragraph (e). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Material purchased shall be packed IAW MIL-STD-129 and marked for: DIVISION ACHET ET TRANSIT DAT D ARMEE DE MER 6 RUE DU PORT 1001 TUNIS Tunisian Navy FMS Case TU-P-LBJ V ALEXANDER CO. 22815 GLENN DRIVE SUITE 101 STERLING, VA 20164
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R4236/listing.html)
- Place of Performance
- Address: Sterling, VA 20164
- Zip Code: 20164
- Record
- SN05108086-W 20180929/180928014133-c8334cdc0d61eac76d55d869ac08faca (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 |