Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

69 -- Fire Simulator Props

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, T-45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU791550308
 
Response Due
7/21/2009
 
Archive Date
1/17/2010
 
Point of Contact
Name: Thomas Youngs, Title: Contract Specialist, Phone: 3157726523, Fax: 3157726406
 
E-Mail Address
thomas.youngs@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU791550308 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-07-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be., NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Kidde O-100-PV: 250 gallon Pressure vessel mock-up; The pressure vessel shall represent a 250-gallon propane tank mock up and include the following features: Relief valve blow-off fire effect, Standard hinged dome, Tanks lifting handles and lugs, and Raised support legs; The structure shall be made of aluminum for portability and shall withstand the heat of the fire and the application of extinguishing agent. The propane tank shall be capable of being filled with water. Minimal Dimensions = 8.4ft L x 28 dia. x 4ft H (2.6m x 0.7m x 1.2m)., 1, EA; LI 002, Kidde O-100-HELO; Mobile Helicopter mock-up; ability to produce scenarios such as engine fire, passenger/cargo area fire, cockpit fire; helicopter construction all steel construction dimensions 24' Long x 7' Wide x 10' High, features 2 cockpit seats, 2 engines (one operational for fire), cargo entry, main rotor and tail rotor rotate., 1, EA; LI 003, Kidde 0-100-CAR; Portable Car Fire mock-up: Live fire training prop with workable hood, trunk, passenger doors. Allows the ability to replicate a live car fire for firefighter training, includes explosion noise generator to be mounted at bumper area to be able to simulate the sounds of a real explosion during live fire training exercises., 1, EA; LI 004, Kidde O-100-PBONLY; Pilot Box, a flame-pilot electronic-ignition system, a burner control system., 1, EA; LI 005, Kidde O-100-WLESS; Wireless controller for 0-100, A wireless control pendant shall control all training fires. The wireless control pendant shall provide for full control of the flame pilot, the two-stage fire, and dead-man capability. The dead-man safety feature, when enabled shall immediately turn off the fire., 1, EA; LI 006, Kidde 0-100CTR; Portable Trailer System: Custom flat deck trailer 8 6 Wide X 24 Long, 12,000lb GVR, Tandem 6,000lb torsion electric brake axle suspension, Structural steel frame, electric drop leg jack, square jack model# SQ-124-1 or equivalent 7,000lbs with associate batteries, battery charger and battery enclosure, Welded safety chains, 2 5/16 Ball coupler, Aluminum Alco 8 lug wheels set of (4), Trailer anchor system for ability to secure trailer to commercial flatbed system for transport, (8) Flash mount D Rings swivel 6,000lb on cargo floor positioned to strap down loads, D.O.T. Compliant lighting LED lights, Aluminum checker plate deck 3/8 thick full welded seams, Ramps to load vehicle onto deck if required, Radial tires on machined modular wheels, Storage box mounted above propane enclosure approximate size 60 Long X 66 Wide X 24 High constructed of aluminum with (2) solid exterior lockable access doors on each side, painted with fire engine red powder coated finish, hinges to be stainless steel, U.S. D.O.T. Hazardous materials placards mounted all four storage box sides, (2) Propane tanks sleegers engineering 24X60 SABW-1 24 X 60 SABW C/W 1-1/4 vapor port white powder coat finish, DC winch 9,500lb pull capacity with mounting plate and wired remote controller Wireless controls to operate live fire training exercises are compatible with all live fire training equipment in this package., 1, EA; For this solicitation, USA ACA Ft. Drum 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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) directly to thomas.youngs@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The following clauses and apply to this solicitation: 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, apply:52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply: 252.211-7003 Item Identification and Valuation;The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program;252.225-7002, Qualifying Country Sources as Subcontractors;252.232-7003, Electronic Submission Of Payment Requests;252.243-7002, Requests for Equitable Adjustment;252.247-7023, Transportation of Supplies by Sea. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.211-6, Brand name or Equal; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Delivery shall be made within 180 days or less after receipt of order (ARO) or as otherwise specified. Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, and the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; all are current to the most recent revision dates posted on this site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/W16XU791550308/listing.html)
 
Place of Performance
Address: ., NY 13602<br />
Zip Code: 13602<br />
 
Record
SN01878299-W 20090718/090717001140-17627c04a9d97d084c8c6b3a470d6b68 (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.