Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOLICITATION NOTICE

42 -- HazMat Equipment

Notice Date
2/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-02-T-0013
 
Response Due
2/19/2002
 
Archive Date
3/6/2002
 
Point of Contact
Thomas Smith, Contract Specialist, Phone 301-981-2385, Fax 301-981-1910,
 
E-Mail Address
Thomas.Smith@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(1) HAZMAT EQUIPMENT, FOR ANDREWS AFB, MD. Reference Number FA4416-02-T-0013, DUE 19 February 2002, 10:00 a.m. Eastern Standard Time (EST). Point of Contact: SSgt Thomas M. Smith, 301/981-2385, Contracting Officer. (2) This solicitation is 100% Small Business Set-Aside; all responsible sources may submit a proposal. (3) 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. (4) This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Reference Number FA4416-02-T-0013 applies and is issued as a Request for Quotation. (5) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. (6) The North American Industry Code is 44612 and the business size standard is $5,000,000. (7) FAR 52.216-1 applies. The Government contemplates award of a firm fixed price contract resulting from this solicitation. (8) Contract Line Item. CLIN 0001 Economy Glove Box. Safeware Lab85005-0000 Or Equal, 850025-0320X2 Or Equal, H0025-0546 Or Equal, QTY 2 Each. CLIN 0002 Level A Deluxe Response Suit. Lakeland Tychem Part Number Or Equal. TK650L QTY 8 each; TK650XL QTY 24 each; TK650XXL QTY 6 each. CLIN 0003 Level A flash Protection. Lakeland Part Number Or Equal: LAK NFPA L QTY 4 each; LAK NFPA XL QTY 8 each; LAK NFPA QTY 2 each. CLIN 0004 Level B Response Suit. Lakeland Tychem BR Part Number Or Equal: BR450L QTY 3 each; BR450XL QTY 20 each; BR450XXL QTY 2 each. CLIN 0005 Level B Sealed Seam Coveralls. Lakeland Tychem BR Part Number Or Equal: BR130XL QTY 1 case; BR130XXL QTY 1 case. CLIN 0006 Level C Response Suit. Lakeland Lakeland Part Number Or Equal: LAK5428L Qty 2(cs); LAK5428XL Qty 2(cs); LAK5428XXL Qty 2(cs). CLIN 0007 Level C Response Suit. Dupont Tyvek Part Number Or Equal: DUP1440L Qty 1(cs); DUP1440XL Qty 3(cs); DUP1440XXL Qty 3(cs). CLIN 0008 Hazmat Boots for Response. Hazproof. TIN 82330 Or Equal: Size: 9 Qty 4 pr; Size: 10 Qty 10 pr; Size: 11 Qty 8 pr; Size: 12 Qty 14 pr; Size: 13 Qty 10 pr. CLIN 0009 Hazmat Boots for Response. Bata Hazmax P/N: BAT87012 Or Equal: Size: 14 Qty 4 pr; Size: 15 Qty 4 pr. CLIN 0010 Training Suits. Kappler Part Number Or Equal: KAP41556 L Qty 4 each; KAP41556 XL Qty 4 each. CLIN 0011 Disposable Booties. 15? PVC Boot/Shoe Cover. Bata Hazmax Part Number Or Equal: BAT97590L Qty 25 pr; BAT97590XL Qty 25 pr. CLIN 0012 Nitrile Gloves. N-Dex Plus. Best Part Number Or Equal: BES8005L QTY 1 box; BES 8005XL Qty 2 boxes. CLIN 0013 Chem-Tape. Kappler Part Number Or Equal. KAP 99402 Qty 12 rolls. CLIN 0014 Level A Test Kit SAAFLAK Or Equal. Qty 1 each. CLIN 0015 North Butyl Gloves. North Part Number Or Equal. NHAB13LR8,9 Qty 20 pr. CLIN 0016 North Gloves Viton North Part Number Or Equal. NHA F101 10 Qty 15 pr. CLIN 0017 Nomex Coveralls Red 4.5 oz Size: Large Qty 5 each; Size: X-Large Qty 10 each; Size: XX Large Qty 5 each. CLIN 0018 Monitor W/Cal.QRAE+,O2,H2S,CO,120V,LI-ION,PUMP,DLG. RAE Systems. RAE Systems P/N: 028-1112-012 Or Equal Qty 3 each. CLIN 0019 MultiRAE PLUS Monitor w/PID includes 2 year service agreement. RAE Systems P/N: 009-3121-014 Service 8-9750 Or Equal. Qty 1 each. CLIN 0020 ETG Monitor includes 2 year service agreement. APD 2000 w/Service 8-9750 Or Equal. Qty 1 each. CLIN 0021 PPBRAE PID includes 2 year service agreement. RAE Systems P/N: 025-0201-100 w/8-9750 Or Equal. Qty 1 each. CLIN 0022 AreaRAE includes 2 year service agreement. RAE Systems039-3121-112 w/8-9750 Or Equal. Qty 1 each. CLIN 0023 HAZCAT Kit, KT HAZCAT-DRAG1 Or Equal. Qty 1 each. CLIN 0024 Digital Video w/waterproof housing includes 2 year service agreement SAF-B&H DCRPC110/VMV20/ MACK4 Or Equal. Qty 1 each. CLIN 0025 Compact Weather Station SAF COL 99800-30 Or Equal. Qty 1 each. CLIN 0026 HEPA Wet/Dry Vacuum. 5 Gallon stainless steel, includes all filters, tool kit, and wheel casters. AIR AV-5 Or Equal. Qty 1 each. CLIN 0027 Sampling Kit, Liquid & Soil Sampling Jars/Bottles. SAF LAB 2BD-16151,2,3,4,5,6,7,8,9,60,61,63,64 Or Equal. Qty 1 each. CLIN 0028 Vehicle Wind Sock. 8? x 36?. SAF Sock 36 Service & Materials P/N: SER 0119239 Or Equal. Qty 1 each. CLIN 0029 Marking Flags Service & Materials P/N: SER 0103797 Or Equal. Qty 1 pack. CLIN 0030 Safety Traffic Cones Service & Materials P/N: TC18DW Or Equal. Qty 50 each. CLIN 0031 Water Cooler. 5 Gallon Igloo P/N: IGL 451 Or Equal. Qty 1 each. CLIN 0032 Extension Cords. 50? Long, 14 Guage CAS 70361 Or Equal. Qty 3 each. CLIN 0033 Flood Lights, 1000 Watts, WZT 1000 Or Equal. Qty 3 each. CLIN 0034 Plug-n-Dike Putty EDW FIX-STIX Or Equal. Qty 6 each. CLIN 0035 Silver Shield Gloves North P/N: NHA SS504LG Or Equal. Qty 50 pr. CLIN 0036 Barricade Tape Safeware P/N: SAF BTCT Or Equal. Qty 15 rolls. CLIN 0037 Waterproof Stopwatch, Dual Timer. SAF-Watch Or Equal. Qty 2 each. CLIN 0038 Binoculars. 10x50 Power. SAF EK 1050 Or Equal. Qty 1 each. CLIN 0039 Folding Table 6?, Poly SAF LOW 1247824 Or Equal. Qty 2 each. CLIN 0040 Metal Folding Chair SAF LOW 174518 Or Equal. Qty 6 each. CLIN 0041 PH Paper 50? Roll SPI 500110 Or Equal. Qty 1 Roll. CLIN 0042 PH Tester SAF LOW95520 Or Equal. Qty 1 each. CLIN 0043 Liquid Chemical Classifier Station SPI571020 Or Equal. Qty 1 each. CLIN 0044 Liquid Chemical Classifier Chart. Qty 2 each. CLIN 0045 Liquid Chemical Classifier Strips SPI570050 Or Equal. Qty 1 each. CLIN 0046 Plug-n-Dike EDW 1PMP Or Equal. Qty 2 each. (9) In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. (10) Delivery: Please provide a delivery time along as part of your quotation. Final product to be delivered FOB Destination to: 89 CES 3056 E. Perimeter Drive, Andrews AFB, Maryland 20762. Acceptance shall be made at destination. (12) Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to Paragraph (b)(10), Past performance- Delete entire paragraph. Substitute ?Past Performance will not be evaluated. (B) The provision at FAR 52.212-2, Evaluation?Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and fastest delivery. 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. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (D) The provision at FAR 52.211-6, Brand Name or Equal, applies. (E) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1911. (F) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a), The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. (13) Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. (14) In addition to the above, the following FAR provisions and clauses apply: 52.212-4, Contract Terms and Conditions?Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-11, Extras; 52.245-4, Government-Furnished Property (Short Form). (15) The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contract Registration. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr2000.com, and the toll free number for CCR is 888-227-2423. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach nor does it obligate the Government to pay for any quotation preparation cost. (16) Solicitation Handout will be posted on the electronic bulletin board at the following web site www.eps.gov . Completed handouts and quotations must be received no later than 10:00 a.m. EST, 19 February 2001. Proposals should be mailed to: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB, MD 20762 (ATTN: SSgt Thomas Smith). Facsimile proposals will be accepted at 301/981-1911.
 
Place of Performance
Address: 3056 E. Perimeter Road, Andrews AFB MD
Zip Code: 20762
Country: USA
 
Record
SN00025717-W 20020214/020212213225 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.