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 -- Firefighting 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-0104
 
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 SPECIFI CATIONS FOR OIL SORBENT BLANKETS 100 foot rolls of 2 foot wide (dimensions may vary) oil absorbent only. 0002 SPECIFICATIONS FOR OIL SORBENT PADS 2 foot square (dimensions may vary) oil absorbent only. Specify package contents (approximately 50 pads/package) 0003 SPECIFICATIONS FOR CONFINED SPACE EXTRICATION DEVICE The specifications are for a multifunctional device for patients with of without spinal injury for immobilization and extrication from a variety of situations. The specifications detail design features, materials, and construction and performance requireme nts for patient immobilization and rescue from confined spaces. 1.01 Device must be able to vertical1y lift a suspected spinal injury patient 1.02 Device must be able to be used as a rescue/extrication harness 1.03 Device must be easily applied to victim without extra manipulation 1.04 Device must be of durable, tough, stain resistant material 1.05 Must be easily stored and transported 1.06 Must be 100% washable 1.07 Must meet ANSI AlO.14 97S 1.08 Current device in use is the LSP Half Pack, device selected must meet or exceed this device. 0004 SPECIFICATIONS FOR RAPID PATIENT IMMOBILIZATION AND EXTRICATION DEVICE The specifications are for a multifunctional device for patients with or without spinal injury for immobilization and extrication from a variety of situations. This device shall meet the department's requirements for patient immobilization, versatility, ea se of storage and decontamination of blood and body fluids. 1.01 Must be of lightweight and compact design; l9 lbs or less. 24 inches X 12inches or less when stored 1.02 Must provide for complete immobilization of injured patient 1.03 Must provide for patient safety during lifting and transporting 1.04 Must be able to handle horizontal or vertical lift 1.05 Must be able to resist stains and be easily decontaminated 1.06 Must be constructed of 18oz viny1 laminated nylon 1.07 Must be designed for rapid patient immobilization for suspected neck and spinal injuries 1.08 Current device in use is the Reeve Sleeve; product selected must meet or exceed this device's specifications and capabilities. 0005 SPECIFICATIONS FOR RESCUE HARNESS 1.0 Minimum Standards 1.01 Rescue Harness must be UL classified to (2001) edition NFPA 1983 and ANSI A10.14 (1991) Standards. 2.0 Construction requirements 2.01 Seat harness will be constructed in a manner that will support the weight of both the rescuer and patient while providing the maximum, protection for the legs and back. 2.02 Seat harness will feature waist and leg loops constructed of three inch webbing, backed by four ful1 inches of closed cell foam padding. 2.03 Padding will be covered with 1000 denier cordura nylon and quick fit buckles. 2.04 Waist and leg straps will use 1 3/4 inches webbing and allow the leg loop h eight to fit tight to the body. 2.05. Seat harness will feature steel D rings in the front and center of the back with a Mil. Spec proof load of 50001bs. 2.06 Rings must be large enough to accept multiple carabineers. 2.07 Seat harness must feature a ma tching chest harness, that when combined with the seat harness becomes a fully functional Class III Harn ess. 2.08 Chest harness will be constructed with exact duplicate materials and requirements as the seat harness. Size Range: Units must be available in sizes: Medium, 1 each; Large, 2 each; X-Large, 2 each; and XX Large, 1 each. 0006 Specifications for Rescue Rope Requires 600 foot rope Kernmantle, 7/16 inch 0007 Specifications for Technical Rescue Air Cart System The specifications for the rescue air cart shall meet all NFPA standards for Supplied Air Regulator systems. The technical air cart system will provide supplied air to rescue personnel in hazardous environment during haz-mat, confined space and fire rescue . Specifications for the Technical Rescue Air Cart 1.01 The: cart sba11 be able to hold a minimum of (2) 4500psi bottles and be adaptable to MSA cylinders. The manifold will be made of light weight aluminum and have a minimum of 4 outlet valves allowing (4) individuals to operate at the same time. 1.02 The cart will also have a low pressure alarm system that will operate at a minimum of 500 psi. Also, in line check valves should be a standard option on the cart. 1.03 It should have the capability of folding down the carrying handles when needed. It should also have the capability to be removed from the wheeled cart to be lowered into a confined space. 1,04 There should also be a place on the cart to put a low pressure valve to operate tools, air bags and any other equipment that requires a low pressure airline. 1.05 The air cart shall meet all standards set by NFPA that regulates SAR (Supplied Air Regulator Systems). 1.06 There also should be an option to buy a cover for the air cart to provide protection to the system while being stored on the trucks. 1.07 The system will be supplied with 4 each 300 foot, high pressure air hoses. 2.01 The certifications of the Rescue Air Cart shall meet the minimum requirements of NFPA standards set for SAR (Supplied Air Regulator systems). 0008 SPECIFICATIONS FOR NEW MULTI GAS DETECTOR. The following specifications describe the Logic 250 Series Multi Gas Detector currently used within the system. The specifications are for a monitoring device that meets or exceeds the requirements of NFPA 471 Recommended Practice for Responding to Hazardo us Materials Incidents, 2002 edition. The specifications detail the design features, and performance of a Multi gas detector. This Multi gas detector shall meet the department's requirement to monitor and detect potential hazardous atmospheres during an e mergency response. IMPORTANT NOTE: It is the purpose of these specifications to provide for Firefighter Safety. It is not the intent of these specifications to arbitrarily eliminate any manufacturer. It must be remembered that at all times, the safety of our employees will b e the overriding, deciding factor in the award of this bid. Also take in to consideration these specifications are for a common Multi gas detector similar to ones used within the system at this time. Any exceptions to these specifications must be noted in the bid specifications and fully explained under a heading titled Bidder's Exceptions for the purpose of evaluation. If a bidder takes an exception, he/she must also provide a cost to bring their product into compliance with these specifications. Failure t o do so will result in the bid being rejected as non-responsive. Bids taking a blanked exception will not be acceptable. 1.0 features 1.01 Multi gas sensor is calibrated to 28 industrial combustible gases and vapors. 1.02 Dedicated LED for each sensor. 1.03 Carbon Monoxide sensor 1.04 Oxygen Sensor for confined space and entry rescue 1.05 Hydrogen Sulfide sensor 1.06 Chlorine sensor 1.07 Audible and visual alarm 1.08 Atmospheric memory 1.09 Programmable gas levels 1.10 Simple 3 key operation 1.11 Extra large keys to accommodate glove fingers 1.12 Data can be stored and downloaded for up 1300 intervals 1.13 W all mount charger and charging power supply 1 .14 Carrying case 2.0 Specifications 2.01 Display: High intensity LBD display and alarm indicators 2.02 Sensor Type: Metal oxide semiconductor 2.03 Battery: Long life load protected Lead Acid gel cell pack. Minimum to full charge time of 1.5 to 4 hours. Continuous opera ting time of 8 hours. 2.04 Range: 0 to 100% LEL 2.05 Factory preset alarms 10% LEL 2.06 Temperature range 5 degrees F to 1220 degrees F (-1O C to 50 C). 2.07 Relative Humidity Range 0 to 99% non condensing 2.08 Hazardous area rating: intrinsical ly safe for use in Class 1. Division 1, Groups A,B, C, and D areas. UL approved. 2.09 Radio Frequency Protection: Readings will not change by more than 5% of full scale when placed to no less than one foot from a 5 watt radio transmitting on a frequency of 30, 150, or 450 MHz 2.10 Weight: 22 lbs 2.11 Dimensions 15.7 inches x 18.5 inches X 2.5 inches. 2.12 Warranty l year standard; 2 year optional 3.0 Precalibrated Gas List 3.01 General Sensing 3.02 Acetone 3.03 Acetylene 3.04 Aviation Fuel 3.05 Benzene 3.06 Butane 3.07 Butylene 3.08 Diethylamine 3.09 Dimethylamine 3.10 Ethane 3.11 Ethanol 3.12 Ethyl Acetate 3.13 Ethyl Ether 3.14 Ethylene 3.15 Gasol ine 3.16 Hexane 3-17 Hydrogen 3.18 M.E.K. 3.19 Methane 3.20 Methanol 3.21 Napthalene 3.22 Octane 3.23 Pentane 3.24 Propane 3.25 Propanol 3.26 Propylene 3.27 Toluene 3.28 Xylene 4.0 Gas Selection Options 4.01 Oxygen, sensor OX, range 0 to 25.0% vol 4.02 Carbon Monoxide, sensor CO, range 0 to 250 to 2000ppm 4.03 Hydrogen Sulfide. sensor HS, range 0 to 250 to 100ppm 4.04 Chlorine, sensor CL, range 0 to 25 to 250ppm Accessories 5.01 Calibration kit capable of in the field calibration. 5.02 Hand aspirator with 10' hose. 5.03 Electric pump with coiled handle probe. 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: technically 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 include a completed copy of t his 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 Commercial Items (May 2002) The follo wing 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 sources as Subcontractors (Dec 1991) (xii) The c lause 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 segre gated 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 Action for workers with Disab ilities (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. 13126). 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 Agreement 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. (xvii) 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
SN00438229-W 20030921/030919213229 (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.