Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

42 -- FIREFIGHTING AND SAFETY EQUIPMENT

Notice Date
September 13, 2001
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-B462
Response Due
September 20, 2001
Point of Contact
Mary Wardwell, Contracting Officer/Contract Specialist, (808) 473-7538
E-Mail Address
Click here to contact the contracting officer via (mary_wardwell@pearl.fisc.navy.mil)
Description
This solicitation is an unrestricted procurement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-01-T-B462 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Change Notice 20001213. The NAICS code is 333999 and the business size standard is 500 employees. This requirement is for a fixed priced contract(s) for various firefighting equipment. Lot I: CLIN 0001, 27 each turn-out jackets, Globe Oak N3U or equal, traditional 35" length coat, yellow, 7 oz., advanced shell, with: caldura or equal quilt thermal liner; Crosstech on Nomex PJ or equal check moisture barrier; action back; 16P expansion pockets on front of coat lowered to hem with trim; pockets half lined with Kevlar or equal twill pouch; hanger loop inside and outside; 13PL radio pocket on left chest; padded upper back and shoulders; Gray Arashield or equal sleeve cuff reinforcement; 3" lime/yellow NFPA vertical style Triple Trim; Nomex or equal hand and wrist guards; glove strap. CLIN 0002, 27 each turn-out pants Globe Oak N3U tradition pant, with: 7 oz. Yellow Advance shell; Caldura or equal quilt thermal liner; Crosstech on Nomedx PJ or equal check moisture barrier; expansion pockets on side of thighs; pockets half lined with Kevlar or equal twill pouch; Advance knee patches; padded knees; velcro or equal fly; 3" lime/yellow Triple Trim around cuffs; Advance take-up straps on hips; Gray arashield or equal cuff re-inforcement. Lot II, CLIN 0003, 1 each, Posichek 3 test console, #54200116 biosys kit or equal with five year extended warranty. CLIN 0004, 1 each fit test adapter, 189004 ISI or equal. Lot III, CLIN 0005, 40 each, Grace Industries Super II (no heat) PASS or equal, Meets all current NFPA specifications, intrinsically safe, for use in Class 1, Division 1, Groups A, B, C, D hazardous locations (UL913); light-weight, portable, battery-operated, alarm audio output at least 98+ dBA measured at 10 feet; allows specific identity of individual pass user. CLIN 0006, 50 each N-Dura or equal HP 100% synthetic double jacket attack hose, 1-3/4 inches; yellow couples 1-1/2" NH female on one end, and 1-1/2" NH male on other end, 50 ft length. CLIN 0007, 50 each Cairns Metro 660FS or equal helmet, standard configuration, with 4" faceshield, 40 each yellow, 10 each red. Contractor's quote shall demonstrate how the proposed product(s) meet the required specifications. Delivery is required within 30 days ARO, F.O.B. Destination Pearl Harbor, Hawaii 96860. All items are to be quoted on a fixed price basis, inclusive of shipping charges. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute "Descriptive literature" for "technical description.". The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make award(s) to the responsible contractor(s) whose proposal(s) is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. For the purpose of evaluating offers, Lot I and Lot II will each be considered as a single item and each lot will be awarded only as a unit. CLINs in Lot III shall be evaluated for multiple awards. Technical acceptability is more important than price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 20 September 2001. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MW), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to Mary_K_McFeely@pearl.fisc.navy.mil.
Record
Loren Data Corp. 20010917/42SOL001.HTM (W-256 SN50X5K1)

42 - Firefighting, Rescue and Safety Equipment Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com