Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

70 -- detection - rapid deployment kit

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0039
 
Response Due
4/12/2004
 
Point of Contact
Ana Barton, Contract Specialist, Phone 229-257-2700, Fax 229-257-3547, - Brian Mentel, Contract Specialist, Phone 229-257-2084, Fax 229-257-3547,
 
E-Mail Address
ana.barton@moody.af.mil, brian.mentel@moody.af.mil
 
Description
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 are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-04-Q-0039 and is issued as a Request for Quotation This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-21, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2003-1105. The solicitation is unrestricted. The North American Industry Classification System is 334519. The BID SCHEDULE consists of two (2) CLINs: CLIN 0001: 1 EACH - Rapid Deployment Kit w/ GPS Option P/N 039-R121-101 OR EQUAL - System must be quick, adaptable and hand deployable. It must be able to be arranged to set up a perimeter to detect chemical hazards and to monitor the environmental safety. The area monitors should be able to detect gaseous VOCs, LEL, O2, H2S, and CO and offer data-logging for event documentation. It should also monitor environmental remediation, oil, gas platforms, petrochemical applications, and refineries. The units are used to help response teams gain control over potentially perilous situations by assessing the environment and determining the geographic disbursement of hazardous gases and chemicals. This kit includes four wireless area monitors with in-case charging as well as the Host Controller for monitoring from a command center up to, at least, two miles away. The system must be able to handle additional area monitors. Kit must come in rugged cases for easy transportation / deployment. Applications: - Achieve instant real-time situational awareness; - Simultaneously can monitor multiple floors (e.g. drilling, refining, processing) from central control room; - Easily redeploy to where personnel is working based on the day?s activities. CLIN 0002: 2 EACH ? Area detector P/N 039-3121-110 OR EQUAL - Wireless Unit must be able to communicate and transmit readings and other information on a real-time basis with a remotely located base controller; to track and display readings from remotely located detectors: on a GPS map (using the wireless communications link for two-way voice communication) and on video image transmission between area monitors and the base controller; and to quickly establish an emergency perimeter by setting out multiple monitors at strategic locations, then backing off to a position of safety to monitor readings over the wireless link. It must be able to, at least, run over 24- hours on either rechargeable lithium-ion, alkaline batteries or A/C power supply. It will include a photo-ionization detector (PID) for parts-per-million measurement of volatile organic compounds (VOCs), as well as LEL, O2 and up to two electrochemical toxic sensors for measurement of specific toxic substances such as CO and H2S. Any personal computer should be able to be used as the base station for this system. Features: - Up to five sensors (PID, LEL, O2 and two toxic); - Loud buzzer and large, extra-bright warning light; - Large LCD display and keypad; - Rugged, weather-proof housing (IP55); - Built-in pump; - Interchangeable Li-ion or alkaline battery pack; - Continuous operation via AC source; - Real-time wireless data transmission with built-in RF modem; - View real-time sensor data and alarm status at headquarters or command center; - Remote software simultaneously controls and displays readings for up to at least 16 remote detectors; - License free, ISM band RF transmission with communication range up to at least 2- miles; - Optional wall-mounting bracket or field mounting tri-pod adapter. The above part numbers (P/N) are from RAE Systems, Inc. All requirements must meet or exceed the above standards. Contractor must also provide all materials and labor necessary to supply on-site training on the product/kit. It must include classroom instruction for at least 24 personnel at Moody AFB. Training will come from an instructor certified by the manufacturer. Instructor will provide certification of completion. DELIVERY: Moody Air Force Base, Valdosta, GA 31699. FOB POINT: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror that meets the required technical qualifications All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. The following listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) The following FAR Clauses apply if marked /X/: / x / FAR 52.211-6, Brand Name or Equal, / / FAR 52.214-21, Descriptive Literature, / x / FAR 52.219-6, Notice of Total Small Business Set-Aside, / x / FAR 52.222-41 Service Contract Act of 1965. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 12 APR 04. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE THE PROPOSAL. Facsimile and/or Email offers will be accepted. Contracting Officer: Ms Barbara Miller. The point of contact for this solicitation is SSgt Ana Barton, 229-257-2700, (fax) 229-257-3547, ana.barton@moody.af.mil.
 
Place of Performance
Address: Moody AFB, Valdosta, GA
Zip Code: 31699
 
Record
SN00559120-W 20040404/040402212201 (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.