Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

42 -- NBC Protective Kits

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, 1676 Evans Street, Bldg 1220, Third Floor, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-09-T-0310
 
Response Due
8/13/2009
 
Archive Date
2/9/2010
 
Point of Contact
Name: Hannah Montoya, Title: Contract Specialist, Phone: 7195264479, Fax: 7195265333
 
E-Mail Address
hannah.montoya@us.army.mil;
 
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 W911RZ-09-T-0310 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 339113 with a small business size standard of 500.00 employees. 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 2009-08-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913 The USA ACA Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, Full Face Mask Respirator, Specifications: respirator shall meet or exceed NIOSH CBRN approved APR specifications, include carrying case, Sizes: 60 small, 240 med/large (one size fits both medium and large), 300, EA; LI 002, Domestic Preparedness Filter, Specifications: shall be NIOSH approved, filter shall not expire for at least 5 years from date of purchase, shall protect from the following agents/chemicals at a minimum: Industrial compounds:Compound Conc.(ppm)Flowrate(l/min)Filter capacity(min)Cyclohexane C6H12 5000 30 50Chlorine C12 5000 30 40Hydrogen sulfide H2S 5000 30 >120Sulfur dioxide SO2 5000 30 23Ammonia NH3 5000 30 50Carbon tetrachloride CCl4 1000 64 >65Methylomine CH3NH2 1000 64 >80Hydrogen chloride HCl 500 64 >35ClO2 500 64 >60Hydrogen fluoride HF 70 64 >60Formaldehyde 100 64 >100O-chlorobenzylidenemalonotrile CS 3 64 >480CN teargas 16 64 >480DOP 200mg 8540mm H20(penetr.0.004%)NaCl 95 0.001%Warfare compounds:Compound Conc. (ppm) Flow rate(l/min)Filtercapacity(min)Sarin GB (Tested by SBCCOM)Nerve agentLethal dose: 35 mg/m3Effectice dose: 25 mg/m3300 mg/m3 25 >60Hydrogen cyanide HCNBlood agentLethal dose:varies widely with concentration5000 30 72Cyanogen chloride CK(Tested by SBCCOM)Blood agentLethal dose: 11,000 mg/m3Effective dose: 7,000 mg/m34000 mg/m3 50 >45O-chlorobenzylidene malonotrile CSTear gasLethal dose: 61,000 mg/m3Effective dose: 10-20 mg/m33 64 >480Chloroacetophenone CNTear gas:Lethal dose: 7,000-14,000 mg/m3Effective dose: 80 mg/m316 64 >480, 300, EA; LI 003, CBR Evacuation Suit, Specifications: Tyvek ProTech Type F suit, attached respirator fit hood, boots, elastic wrists, sealed seams, shall comply with DuPont European standards, Sizes Required: range from small to XXL, quantity of each individual size to be determined after award, 300, EA; LI 004, Chemical Overboots, Specifications: SF ChemBio Mil-Spec Overshoes, shall comply with Military Specification MIL-O-43995C and chemical resistance requirement CID-A-A-59520, Sizes Required: range from 7-15 US, quantity of each individual size to be determined after award, 300, Pairs; LI 005, Military Butyl Gloves, Specifications: include cotton liners, solution-dipped, defect-free surfaces, shall meet Military Specification MIL-G-43976, shall protect against: nerve and mustard agents, acids, alkalis, MEK, MIBK, acetone, shall have resistance against: aldehydes, ketones, esters, alcohols, most inorganic acids, most caustics, dioxene, Agent Resistance (maximum recommended usage time) for: Mustard Gas (HD)- 75 minutes, Nerve Gas (GB)- 360 minutes, Sizes Required: range from small to large, quantity of each individual size to be determined after award, 300, Pairs; LI 006, Gear/Duffle Bag, Specifications: dimensions shall be no less than 19x10x10, shall be large enough to hold 1 full face mask respirator, 1 domestic preparedness filter, 1 CBR Evacuation Suit, 1 pair of chemical overboots, 1 pair of butyl gloves, 300, EA; LI 007, Shipping, 1, EA; For this solicitation, USA ACA Fort Carson 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 Fort Carson 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. All invoices shall be uploaded through Wide Area Workflow. Informaiton is available at https://wawf.eb.mil/. The contractor shall provide a signed copy of the Buy American Act Certificate with their quote. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. 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 hannah.montoya@us.army.mil (NOT THROUGH FEDBID.COM) so that they are recieved at that email address no later than the closing date and time for this solicitation. The following provisions will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.211-7003 (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252.204-7004 Alternate A (Central Contractor Registration), 252.225-7002 (Qualifying Country Sources as Subcontractors)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0310/listing.html)
 
Place of Performance
Address: Fort Carson, CO 80913<br />
Zip Code: 80913<br />
 
Record
SN01905645-W 20090812/090811000909-ee40fa74168aed533c4c487093485cb1 (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.