Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2002 FBO #0392
SOURCES SOUGHT

42 -- Fire Rescue equipment

Notice Date
12/27/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
 
ZIP Code
20520
 
Solicitation Number
INL010807A
 
Archive Date
1/18/2003
 
Point of Contact
Mary Pat Hayes-Crow, Logistics Management Specialist, Phone 2027768373, Fax 2027768775, - Linda Gower, Contract Specialist, Phone 2027768774, Fax 2027768775,
 
E-Mail Address
hayes-crowmp2@state.gov, gowerlg@state.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared per the format in Subpart 12, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number INL- 010807-A is a Request for Quote (RFQ). The Government intends to award a firm, fixed price contract for the acquisition of two each twin agent rescue vehicles with spare parts and accessories. Training for fire fighters on these vehicles shall be included. The following Provisions and Clauses are incorporated into this RFQ by reference and are in effect through Federal Acquisition Circular 97-27. No addenda apply to these Provisions and Clauses. FAR 52.212-1, Instructions to Offerors ? Commercial Items, FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, 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. No additional FAR clauses apply. The following provides the specifications: Two each: Twin Agent fire rescue vehicle capable of carrying two fire fighters with gear and a seating capacity for five. Vehicles shall be configured to carry the necessary rescue equipment that would be needed for a quick response and a quick knock down capability. Offerors shall state standard equipment on vehicle in their quotes. Paint color and vehicle numbering and lettering shall be specified at contract award. Fire Rescue vehicle equipment shall be included and offerors shall specify in detail the types of equipment. For example: foam, dry chemical, etc. Offerors will be evaluated on types and systems of fire fighting equipment. (Note: Include pricing for additional foam and dry chemical.) Offerors shall also include a list and pricing of suggested spare parts for equipment. Vehicles shall be equipped with emergency warning equipment. Vehicles shall be equipped with infrared thermal imaging camera system for nighttime and low visibility with a 46 degree field of view. A flat screen monitor shall be provided in the cab of each vehicle. Additionally, offerors shall include and price auxiliary equipment, i.e., axes, ladders, tools, etc. The following protective clothing for 12 fire fighters shall be included and priced: helmets, gloves, boots coats, pants and suspenders and 12 sets - breathing apparatus. Offerors shall price Fire Rescue Truck hands-on training in the United States for up to 6 individuals. The training shall consist of classroom as well as actual hydrocarbon fires. The training program shalll cover all elements in the proper utilizing of high energy cold foam and Hydrochem technology. The fire fighting training will be conducted with the vehicles purchased. Operational training and maintenance classes shall be conducted. The training shall be conducted at a certified training facility by experienced trainers. (Travel and per diem should NOT be included as this will be funded separately) Offerors shall state their standard warranty they offer in their response to the RFQ. Delivery to Santa Marta or Cartegena, Colombia via sea. Offerors shall price most advantageous destination and pricing shall be FOB Destination. The contractor will be required to coordinate delivery and customs paperwork with the U.S. Embassy, Bogota, Colombia. Note: POC: Carlos Rodriguez, tel: 571-315-0811. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to Colombia. Offerors will be evaluated on the technical acceptablity of their proposals. Award will be made based on lowest priced, technically acceptable. Point of Contact is Mary Pat Hayes-Crow, Contracting Officer, 202-776-8373; email: Hayes-CrowMP2@state.gov or Timothy E. Henderson, email: HendersonTE@state.gov. This RFQ closing date is extended to 1600 hours ET, 3 January 2003.
 
Record
SN00231496-W 20021229/021227213708 (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.