Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

42 -- SAFETY GEAR

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 2010 Corporate Ridge Suite 750, McLean, VA, 22102
 
ZIP Code
22102
 
Solicitation Number
1052-370017
 
Archive Date
5/15/2003
 
Point of Contact
Douglas Stuck, Sourcing Agent, Phone 301-788-3839, Fax 703-288-3315, - Brendan Walsh, Sourcing Agent, Phone 866-288-3535, Fax 703-288-3315,
 
E-Mail Address
doug.stuck@fedbid.com, brendan.walsh@fedbid.com
 
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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is a 100% Small Business Set-aside. The reference number is 1052-370017 and is issued as a request for quotation (RFQ). FOB Destination shall be STERLING, VA 20166. We anticipate award for this purchase order to be on or before May 7, 2003. The government plans to award a commercial item purchase order to the bidder with the most advantageous bid to the government based on both price and delivery capability. Therefore, all bidders MUST submit their best price and best delivery capabilities through www.FedBid.com. The U.S. Department of State, requires the following BRAND NAME OR EQUAL ITEMS TO THE FOLLOWING SPECIFICATIONS: LINE ITEM 001: (QTY 1) Part# 910-003, EOD-8 SUIT SM: The EOD-8(D) ensemble is engineered to provide maximum balanced protection against the effects of overpressure, fragmentation, impact and heat for EOD/IED operations. The EOD-8(D) has been designed to provide maximum protection, while still permitting a high degree of flexibility and comfort to facilitate the conduct of operational duties. Fits size: 5?2 to 5?8 (157cm to 173cm) Weight: 110 IBS to 150 IBS (50kg to 68kg). LINE ITEM 002: (QTY 2) Part# 910-004, EOB-8 SUIT MS: Fits Size 5?5? to 5?9? (165cm to 175cm) Weight: 130IBS to 160 IBS (60kg to 73kg). LINE ITEM 003: (QTY 3) Part#910-002, EOD-8 HELMET: The EOD-8 helmet includes a visor with surrounding foam gasket which has full surface contact to the helmet which improves head acceleration damping effects in the event of a blast, an intelligent microprocessor driven power supply which accepts rechargeable or non-rechargeable batteries, a fully integrated environmental awareness system with an automatic gain (Volume) control feature that automatically reduces noise level: helmet retention system which is used to balance the helmet?s weight: increased optical viewing peripheral using a smaller sized visor. LINE ITEM 004: (QTY 1) Part# 420-129, BCS3-A System w/Manual SM Colder: BCS-3 Body Cooling Systems. Includes: 3-piece tube suit: hood, shirt, trousers, a battery powered cooling unit with 2 liter ice bottle, 1 spare ice bottle, batteries, carrying bag. Fits: 4?11? to 5?9? 110 to 150IBS (150 to 175 cm 50 to 68 kg). LINE ITEM 005: (QTY 2) Part# 420-130, BCS#-A System w/manual MS Colder. Fits: 5?7 to 6?0? 154 to 185IBS (170 to 183 cm 70 to 84kg). LINE ITEM 006: (QTY 3) Part# MA003133, Advantage 1 Hook & Line Kit: The pre-configured kits (ADVANTAGE-1 has 50 pieces) contain all items necessary for the technician to adequately address virtually any scenario. These kits have been configured with consideration for a wide cross-section of field applications. LINE ITEM 007: (QTY 3) Part# 1000-012, Search Mirror & Flash Light Mark 2X40?: Search and Inspection Mirrors provide the technician with a simple and raped means of inspecting difficult access areas such as automobiles, aircrafts and buildings. A convex mirror (for Maximum Vision) is attached to a 40? lightweight metal shaft via a ball joint. This joint allows 360 degrees rotation of the mirror, at an angle of 45 degrees or less, in all directions. A flashlight, attached to the shaft, enables the technician to work in low light conditions. LINE ITEM 008: (QTY 1) SHIPPING TO STERLING, VA 20166. The Government intends to conduct an on-line competitive reverse auction to be facilitated by a third-party reverse auction provider, FedBid.com. FedBid.com has developed an on-line, anonymous, browser based application to conduct the reverse auction. All part numbers and functional specifications are provided on FedBid.com. Participants will submit a series of quotes, which descend in price during the specified period of time. All responsible sources MUST submit a quote/offer to the US State Department using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on line for 1052-370017. Offerors that are not currently registered to use FedBid.com Exchange 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 or via email at ClientServices@FedBid.com. The Government is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, competed, real-time quotes for products. Offerors may not artificially manipulate the price of a transaction by any means. It is unacceptable to place bad faith bids, to use decoys in the bidding process or to collude with the intent or effect of hampering the competitive bidding process. The reverse auction will start on TUESDAY APRIL 29, 2003 on/about 1200 ET, and end on WEDNESDAY, APRIL 30, 2003 at 1400 ET. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). FEDBIZOPPS note code 1 applies. Should Offerors require additional clarification, contact FedBid.com at (877) 9FEDBID or clientservices@fedbid.com, OR Ms. Bernice Barnes at BarnesBL2@State.gov.
 
Place of Performance
Address: STERLING, VA
Zip Code: 20166
Country: USA
 
Record
SN00314167-W 20030501/030429213354 (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.