Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

99 -- WMD Rapid Response Trailer (RRT) Specifications

Notice Date
9/15/2006
 
Notice Type
Modification
 
Contracting Office
Us Department Of State, Arlington, VA 20520
 
ZIP Code
22102
 
Solicitation Number
1052-6H7357M002
 
Response Due
9/18/2006
 
Archive Date
3/17/2007
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1052-6H7357M002 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $5.0M. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, September 18, 2006 at 15:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dunn Loring, VA 22027 The Department of State requires the following items, DETERMINED BY LINE ITEM, to the following: LI 001, Trailer - The RRT must meet the following specs: 16’ ENCLOSED COMMERCIAL TRAILER *16’ 5” Interior Length, 90" Interior Width, 7’3” Interior Height *19’9” Overall Length, 8’ Exterior Width, 9’1” Overall Height *Dexter, Independent Torsion Suspension, 7000 GVWR, EZ Lube Axles *Trailer Rated Radial Tires, ST 205/75R15 LRD *Modular-Styled Wheels *4 Wheel Brakes with Breakaway Switch and Battery *Safety Chains *16” on Center Wall Post, Floor on 24” Cross Members *6” I Beam Frame *24” Stone Guard on the front of the trailer *Platform Height 21” *Hitch Ball 2 5/16” *Aluminum Fenders *.030 Exterior Aluminum Metal – white in color *.080 Hard Aluminum Top Wrap *One Piece Aluminum Roof *Aluminum Tread Plate on Nose - 24" tall *Double Weather Stripping on Doors *Double Rear Swing Doors *Door holdbacks on all doors *32” Side Door With a Flush Lock and Bar Lock - bar lock handle covers the flush lock *Steel step at entrance door with non-skid surface *Aluminum tread plate trim around wheel boxes *3/4” Wolmanized Plywood Floor, 3/8” Plywood Interior Walls *Armaguard Spray-on Protective coating on A frame for enhanced weather protection *Z-tech undercoating on floor cross members and frame for enhanced weather protection *Warranty 3 Years (SEE ATTACHMENT), 5, EA; LI 002, Equipment Racking System – The racking system must be 107" x 31" x 68". One will be mounted on each inner wall of the trailer towards the rear leaving 18” from the end of the rack to the rear door. The shelving must keep the plastic boxes from sliding off of them but allow for easy and rapid access to them. The rack must fit 15 boxes, 5 wide and 3 high. It must also have enough space below the bottom shelf for storage of various equipment. The units will be bolted to the floor and sides of the trailer. (SEE ATTACHMENT), 5, EA; LI 003, Spare Cylinder Racking System – The racking system must be 35” x 24” x 33”. The unit will hold 8 Spare SCBA Cylinders. The rack will also have storage under the bottom shelf for various equipment. The rack must fit 8 cylinders, 4 wide and 2 high. The unit will be bolted to the floor and sides of the trailer. (SEE ATTACHMENT), 5, EA; LI 004, EQUIPMENT LIST: Barricade “Caution” Tape, 50, EA; LI 005, 5 Gallon Bucket, 100, EA; LI 006, Bauer Oceanus G Air Compressor, 5, EA; LI 007, Anti-Bacterial Disinfecting Spray, can, 120, EA; LI 008, Arrow-Tech HazMat CAD Plus with 4 Electrochemical Cells, 5, EA; LI 009, Bathroom Scale, Digital (Must measure in Kilograms), 10, EA; LI 010, Batteries for ALL equipment in RRT, 5, EA; LI 011, Binoculars, 10 x 50, 10, EA; LI 012, Blue Painter’s Tape, 1” Wide, 100, rolls; LI 013, Butyl Rubber Gloves, 150, pair; LI 014, Chem Lights, Green, 12 Hour, 25, boxes; LI 015, Decon Elevation Grids, 40, EA; LI 016, RMC Medical Decon Pool, 20, EA; LI 017, TVI Stretcher Size Decon Pool, 10, EA; LI 018, HEPA Water Pump W/ Hose, 5, EA; LI 019, Digital Thermometer, Forehead (Must measure in Celsius), 15, EA; LI 020, Disinfecting Liquid Soap, bottle, 50, EA; LI 021, Doff-It Kits (Must provide privacy for all sizes), 1500, EA; LI 022, Draeger CMS Emergency Response Kit, 5, EA; LI 023, Draeger AirBoss Evolution Plus, P/N 3352052, 40, EA; LI 024, Draeger AirBoss Evolution Plus Spare Cylinder, P/N 3338040, 40, EA; LI 025, Draeger MiniWarn, 5, EA; LI 026, Eagle 6 Gas Sample Drawing Monitor, 5, EA; LI 027, Equipment Racking System (See Section 5), 10, EA; LI 028, Flashlight, Intrinsically Safe, 25, EA; LI 029, Garden Hose, 3/4”, 50 Ft, 25, EA; LI 030, Garden Hose Connection, 3 Ft. (Must connect manifold to hose reel), 25, EA; LI 031, Garden Hose Reel, Plastic (Must accommodate a 50 Ft hose), 25, EA; LI 032, Garden Spray Nozzle with Shower Option, 25, EA; LI 033, Hard Hat, Adjustable, 40, EA; LI 034, Skedco HazMat Sked, 20, EA; LI 035, Heavy Duty Contaminated Clothing Bag, 500, EA; LI 036, TVI Litter Conveyor, LC-1812-X, 5, EA; LI 037, TVI Decon Shelter, 3 Lane, SD3-UZA08-GZ, 5, EA; LI 038, Chemical Tape, Kappler, 100, roll; LI 039, TyChem Level A Suit, Real, 40, EA; LI 040, TyChem Level A Suit, Trainer, 40, EA; LI 041, TyChem Level A Suit Test Kit, 5, EA; LI 042, Long Handle Brush, 40, EA; LI 043, M-8 Paper, 75, BOOK; LI 044, M-9 Tape, 50, ROLL; LI 045, Megaphone, 25 Watt, 10, EA; LI 046, Midland GXT 400 Two-way Radio, 10, EA; LI 047, Miti High Pressure Multi manifold, P/N MM 15-6, 5, EA; LI 048, MSA Millennium CBRN Gas Mask, 180, EA; LI 049, MSA Millennium CBRN Gas Mask Filters, 180, EA; LI 050, Nitrile Latex Gloves (Box of 100), 25, EA; LI 051, Orange Command Vest with Vinyl Insert Window, 30, EA; LI 052, Overpack Drums (95/65/50 Gallon Set), 5, EA; LI 053, PH Paper, 20, BOX; LI 054, Najo Plastic Back Board with Straps, 20, EA; LI 055, Plastic Clip Boards with attached pens, 40, EA; LI 056, Plastic Step Stool, 2 Step, non-folding, 50, EA; LI 057, PowerBrite 3000W Step Up/Down Voltage Transformer, 5, EA; LI 058, Quick Silver FAC Chem-Bio Sampling Kit, Real, 5, EA; LI 059, Quick Silver FAC Chem-Bio Sampling Kit, Trainer, 5, EA; LI 060, Rados RAD-60, 20, EA; LI 061, Smart Card, Chemical, 250, EA; LI 062, Spare Cylinder Rack (See Section 6), 5, EA; LI 063, Sponges, 125, EA; LI 064, Stethoscope, Dual Head, 15, EA; LI 065, Tank Spray, 2.5 Gallon, 40, EA; LI 066, Tarps, 25’ x 25’, 20, EA; LI 067, Thermo RadEye, Model G-10, 5, EA; LI 068, Tingley HazMat Boot, Size 10, 75, EA; LI 069, Tingley HazMat Boot, Size 11, 75, EA; LI 070, Tingley HazMat Boot, Size 12, 75, EA; LI 071, Traffic Cone with Base, 48”, 50, EA; LI 072, Traffic Cone, 18”, 50, EA; LI 073, Traffic Cone, 18”, Collapsible, 50, EA; LI 074, Trailer, ATA Specs (See Section 3), 5, EA; LI 075, Toter Trash Can with Wheels, Plastic, 95 Gallon, 15, EA; LI 076, Trauma Shears, Large Finger Loops, 20, EA; LI 077, Triage Tape System, NATO, 20, EA; LI 078, Tyvek F Suit, L, 60, EA; LI 079, Tyvek F Suit, XL, 60, EA; LI 080, Tyvek F Suit, XXL, 60, EA; LI 081, Whistle, Plastic, 30, EA; LI 082, Zico WalkAway Bracket, Model UN 7 60 2 SFPHS, 40, EA; LI 083, Rubbermaid Action Packer Plastic Box, 24 Gallon, 150, EA; LI 084, Master Lock, Contractor Grade, Shielded Padlock, No 40, Hardened, 10, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com 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 (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Patrick Villegoureix-Ritaud at villegoureix-ritaudp@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 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 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. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov NEW ONLY. NO REFURBISHED. NO REMANUFACTURED **TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSID PARTIAL SHIPMENTS ARE NOT ACCEPTABLE. The specifications list some specific items and some that are not very specific. The specific items cannot be substituted for similar products. The non-specific items can be found at most local stores and include things like sponges, 5 gallon buckets, and garden hoses. Any brand will work for our purposes as long as it is durable enough to endure the rough conditions that are often encountered in foreign countries. All gear must be new. Again, no substitutions will be accepted for brand or model specific gear. **To be considered for award, sellers must list manufacturer and model info for all line items. REPOST EXPLAINATION: ADDED QADOC2.doc with additional information for Specs. Also extended close to 091806. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-31842_05, n-3624)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1052-6H7357M002/listing.html)
 
Place of Performance
Address: Dunn Loring, VA 22027
Zip Code: 22027
Country: US
 
Record
SN01145968-F 20060917/060915230701 (fbodaily.com)
 
Source
FedBizOpps 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.