Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

99 -- Fleet Vehicle equipment

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, 245 MURRAY LN SW , WASHINGTON , DC 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00394
 
Response Due
8/7/2009
 
Archive Date
2/3/2010
 
Point of Contact
Name: Claudia Mejia Forte, Title: Contract Specialist, Phone: 2024474633, Fax:
 
E-Mail Address
claudia.p.mejia-forte@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
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 HSHQDC-09-Q-00394 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 452111 with a small business size standard of $27.00M. This requirement is a [ Small Business ] set-aside 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 2009-08-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20598 The DHS Office of Procurement Operations requires the following items, Brand Name or Equal, to the following: LI 001, SOG Multi-tool-Power Lock EOD with V-Cutter, or equal to the following salient characteristics (FAR 11.104):-Height: 4.6" (closed); 7" (open)-Weight: 9.6 oz.-Head Type: Needle Nose-V-Cutter-Double Tooth Saw- Serrated Blade-3 Sided File-Large Screwdriver-Phillips Screwdriver- Socket Drive-Awl-Can Opener/Small Screwdriver-Bottle Opener/Medium Screwdriver-Wire Crimper-Wire Cutter-Blast Cap Crimper-Compound Leverage-Comfort Grips, 88, EA; LI 002, DYNA- MED Deluxe First-Aid Kit (3-in-1, nylon 88 EAcase), or equal to the following salientcharacteristics (FAR 11.104):-1 Abdominal (ABD) Pad (5" x 9")-50 Adhesive Bandages (1" x 3")-1 Adhesive Waterproof Tape (1/2"; x 5 yards)-2 Ammonia Inhalents-6 Antiseptic Wipes-20 Assorted Woven Bandages-1 Cold Pack (5" x 6")-1 Cotton Sterile Roll (1/2 oz)-2 Eye Pads-1 Eye Wash (1 Oz.)-6 First Aid Cream Packets-6 Gauze Pads (3" x 3")-1 Gauze Roll (2")-5 Non-Adhesive Pads (2" x 3")-1 Scissors (4-1/2")-1 Triangular Bandage (40" x 40" x 56")-1 Tweezers-3 Pairs of Latex Gloves-1 Adult CPR Mask-1 Vionex Wipe-1 Face Mask/Eye Shield-1 Anti-Microbial Wipe-1 Fluid Impervious Gown-1 Biohazard Waste Bag, 88, EA; LI 003, PMI Kern-mantle rescue rope with carrying case 88 EA(150 ft.), or equal to the following salientcharacteristics ( FAR 11.104):-Length: 150 ft.-Diameter: 12.5 mm (1/2")-9100 lbs. minimum breaking strength-600 lbs. working load-UL certified to meet all National FireProtection Association (NFPA) 1983-06 class Gstandards-Conforms to standards set for all two personrescue ropes-100% nylon construction-Nylon type 6.6; melts at 480-500EF (248-260 EC),becomes sticky at 445 EF (229 EC), yellows at 300EF (148 EC after 5 hours of exposure-Less than 2% at 200 lbf (.889kN) load, 17% at75% of minimum breaking strength, less than 20%at failure-One over, one under braid for high abrasionresistance, 88, EA; LI 004, 2 Million CP Rechargeable Spotlight, or equal to the following salient characteristics (FAR11.104):-2 million candle power (CP)-40 minute continuous burn time-AC charges in 10 hours-DC charges in 2 hours-Unbreakable Lexan lens or equal-Momentary lockable trigger switch-Halogen bulb-Portable and cordless, 88, EA; LI 005, Binoculars (Black 20 x 80 zoom lens), or equal to the following salient characteristics (FAR11.104):-Black-Weight: 70.4 oz.-Eye Relief: 17 mm-Magnification: 20x-Objective lens diamtere: 80 mm-Field of view at 1000 yds.: 168 ft.-Exit pupil: 4 mm-Focus type: Center-Close focusing distance: 70 ft.-Tripod adaptable, 88, EA; LI 006, Fire Extinguisher (10 lb., ABC), or equal to thefollowing salient characteristics (FAR 11.104):-10 lbs. ABC extinguisher-Undrwriters' Laboratories (UL) Rating: 4A60B:C-UL and US Coast Guard (USCG) Approved-MeetsDepartment of Transportation (DOT) requirements-UL Fire Rating: 4-A:80-B:C-Cylinder Material: Steel-Valve Material: Plated Brass-Handle/Lever Material: Stainless Steel-Expellant: Nitrogen-Operating Pressure at 70 Fahrenheit: 195-Temperature Range (Fahrenheit): -40 to 120-Temperature Range (Celsius): -40.0 to 48.9-Agent Flow Rate (lb./sec.):.54-Agent Flow Rate (kg./sec.): 24-Nom. Discharge Time (sec.): 22-Discharge Range (ft.): 16 to 22-Discharge Range (m): 4.9 to 6.1, 88, EA; LI 007, Pelican Case (24 x 19 x 14), or equal to thefollowing salient characteristics (FAR 11.104):-Material: Copolymer-Physical dimensions: 24" x 19" x 14"-Interior dimensions: 22.1" x 17" x 12.6"-Actual weight: 26.10 lbs.-Buoyancy: Floats in salt water with 99.2 lbs.loadNSN, 176, EA; For this solicitation, DHS Office of Procurement Operations 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. DHS Office of Procurement Operations 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00394/listing.html)
 
Place of Performance
Address: Washington, DC 20598<br />
Zip Code: 20598<br />
 
Record
SN01897590-W 20090805/090804000308-af378641919a8a6c59f0e62351117661 (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.