Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

42 -- Haz Mat Equipment at FGA

Notice Date
9/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
DABQ03-03-T-0105
 
Response Due
9/28/2003
 
Archive Date
11/27/2003
 
Point of Contact
Michael Conner, 907-353-6019
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(michael.conner@wainwright.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. (ii) This Solicitation will be issued as a request for quotation (RFQ). (iii) This Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Ci rcular (FAC) 2001-15. (iv) This acquisition is a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 339113. (v) This RFQ contains the Statement of Work: The Contractor shall perform or provide the following items: 0001 SPECIF ICATION FOR A CHLORINE TRAINING CYLINDER The training cylinder should be an actual sized cylinder 150 lb. Empty cylinder that meets DOT 3AA480 Chlorine Cylinder. The cylinder should be designed to simulate leaks at the valve and in the sidewall of the cylinder. The cylinder should be equipped with a standard garden hose attachment, drain plug and safety one way valve to prevent accidental filling of the cylinder. It should allow actual hands on training and applying of a Chlorine Emergency spill kit A. 0002 SPECIFICATIONS FOR A FIRE TRAINING SMOKE GENERATOR As a minimum the unit must produce 2,500 CFM output Unit will be equipped with a fluid reservoir It will have a remote operating capability Continuously variable output with full timing controls on 0-10 V, remote control Dual carrying handles for maximum portability 100 mm (4 inch) integral output collar for optional distribution ducting Fluid level sight gauge User replaceable fluid filter Thermocouple over temperature protection Thermally protected heavy duty pump Low maintenance corrosion-resistant vaporizing chamber Electrical Requirements: 120 V.A.C./60Hz/14A or 240 V.A.C./50 Hz/7A.F 1.20 Dims: 209mm H x 298mm W x 686mm L (8.25inch H x 11.75 inch W x 27inch L weight 14.5 Kg (32lb.) units will be size listed above or smaller. 0003 SPECIFICATIONS OF HAZMAT SUIT LEVEL A The suit material must be made out of either Tychem TK or Tyvex material. Minimum thickness of the material must be 29 mils and have a chemical average break through rating minimum of 4-8 hours. Also must be made to be puncture and tear resistant. The face shield shall be made of a minimum of 3 layers and have a panoramic viewing area that the wearer has good clear vision of the area that he is working in or walking through. The layers should be of a minimum 40 Mil PVC/5 MIL Teflon/20 MIL PVC. The suits must have front entry and gas-tight zippers, with storm flaps. All the seams must be a minimum of being double taped. The gloves must have a minimum of (2) layers consisting of an inner silver lined and butyl outer glove sealed with a gas tight ring around the wrist area, the boots or booties must also be sealed into the suit and have a splash guard over the booties. Also the suit must have some sort of protection over the knee area to cut down on possible break through. There must be a minimum of 2 exhalation ports. Certifications And Warranties The suits must be able to be pressure tested on an annual basis in house with a purchased test kit. They must have at least a minimum shelf life of 5-10 years. Must meet NFPA standard 1991 (1994) edition. 0004 SPECIFICATIONS OF HAZMAT SUIT LEVEL B The suit material must be made out of either Tychem TK or Tyvex material. Minimum thickness of the material must be 29 mils and have a chemical average break through rating minimum of 4-8 hours. Also must be made to be puncture and tear resistant. The face shield shall be made of a minimum of 3 layers and have a panoramic viewing area that the wearer has good clear vision of the area that he is working in or walking through. The layers should be of a minimum 40 Mil PVC/5 MIL Teflon/20 MIL PVC The suits must have front en try zippers, with storm flaps All the seams must be a minimum of being double taped. The gloves must have a minimum of (2) layers consisting of an inner silver lined and butyl outer glove sealed and the boots or booties must also be sealed into the suit and have a splash over the booties. Also the suit must have some sort of protection ove r the knee area to cut down on possible break through. There must be a minimum of 2 exhalation ports. Certifications And Warranties They must have at least a minimum shelf life of 5 to 10 years. Must meet NFPA standard 1991 (1994) edition for level B suits. 0005 SPECIFICATIONS OF DECONTAMINATION SHOWER Construction And Deployment: Utilizes articulating frame technology No inflation devices, poles, or electricity required for deployment Utilizes quick connect/disconnect fittings for rapid water connections Standard Features: Integrated fabric showers Chemtex Basin to collect contaminated wastewater Curtains to provide two lanes (male,female) of undress, wash, rinse, and redress Canopy UV stabilized, fire retardant, and chemical resistant Shelter constructed from non-corrosive material Approximate Shower dimensions (8 feet W x 9.5feet L) Showers will include transport bag, ground cloth, utility ports, repair and anchor kits Known Manufacture/Source: TVI 2 Line Hospital Decontamination Showers Mfg # 85 AX DT08 or equal Fisher Safety Fire and Emergency Services 2002/03 catalog 0006 SPECIFICATIONS OF TURBO BLOWER 1/3 HP Blower Exhauster 115V Certified for outdoor use with enclosed switch meeting UL and CSA standards Durable, dent proof, double walled polyethylene housing Polypropylene blade and nylon motor carrier/stator Suction or discharge capable with inlet duct adapter or Quick couple canister Hose Specifications: Minimum 25 feet of hose Hose must be reinforced Type of hose (anti static) General Information: Motor Type: Electric Motor Certs: UL?CSA Voltage 115VAC Phase 10 Frequency (Hz) 60 Running Amps 2 Starting Amps 8.5 Horsepower 1/3 Fan RPM 3460 Noise Level 74 dB 0007 SPECIFICATIONS OF RESCUE MANIKIN Made of durable vinyl w/4,100 lb. test plastic coated cables Must weigh no less than 145 lbs. for realistic training and extrication Articulated joints to further simulate a human victim Real life weight distribution through out torso and limbs Approximate Size shall be 56inch x 27inch x 13inch 3. SHIPPING FOR ITEM 1 and 2, The items above shall be delivered to the Central Receiving Point, Bay 5, Bldg 601, ATTN: David Luntz, Fort Greely, Delta Junction, Alaska 99737, PH 873 3011. (vi) The listed items will be FOB to the above Destination. The delivery date is 15 Nov 03. (viii) The provision at 52.212-1, Instructions to Offerors ?????? Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors ?????? technicall y acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ?????? Commercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions ?????? Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must includ e a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001) 252.212-7001 ?????? Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerc ial Items (May 2002) ?????? The following additional clause(s) cited in this clause are also applicable: 252.225-7001 ?????? Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a 10d, E.O. 10582). 252.225-7002 Qualifying Country sourc es as Subcontractors (De c 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222- 21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Actio n for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13 126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Ag reement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accessed at the following web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 noon, Alaska Time, 28 Sept 03. (xvi i) For further information contact Michael Conner via facsimile (907) 353-7302, or email: michael.conner@wainwright.army.mil.
 
Place of Performance
Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00438228-W 20030921/030919213228 (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.