Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

84 -- Personal Protection Equipment for I&EB

Notice Date
1/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
7th & D Street, SW, Room 3523, WASHINGTON, DC 20407
 
ZIP Code
20407
 
Solicitation Number
HSHQDC-10-Q-00083
 
Response Due
1/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Name: Maria Tran, Title: PROCUREMENT, Phone: 2024475738, Fax:
 
E-Mail Address
maria.tran@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-10-Q-00083 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 448190 with a small business size standard of $7.00M. 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 2010-01-25 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20528 The DHS Office of Procurement Operations requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Hard Hat: with or equal to the following salient characteristics: Type 2 hard hat with brim Meet ANSI Z89.1-1986 standards Adjustable thermoplastic slotted with 6-Point Slide-Lock Suspension Dark blue in color, 100, EA; LI 002, Safety Glasses with or equal to the following salient characteristics: Clear safety glasses Capable of being worn over prescription glasses Wrap-around-style goggles with vented side protection Anti-scratch and anti-fog coating and provide 99.9% UV-A & UV-B protection Meet ANSI Z87.1-2003 standards Meet OSHA 29 CFR 1910.133 standards for liquid chemicals, 100, EA; LI 003, Safety Glasses with or equal to the following salient characteristics: Clear safety glasses Wrap-around-style eyewear Anti-scratch and anti-fog coating and provide 99.9% UV-A & UV-B protection Must meet ANSI Z87.1-2003 standards Must meet OSHA 29 CFR 1910.133 standards for liquid chemicals, 100, EA; LI 004, Intrinsically Safe work boot with toe protection, with or equal to the following salient characteristics: 6 inches tall Leather with moisture wicking lining. Oil resistant, slip resistant, non-marking soles Meet ASTM F2413-05 standards Meet SD type 1 requirements Black in color with green stripe side of soles indicating that the boot is intrinsically safe The bid shall be for the following sizes and individual quantities:Men size 10 Regular - Quantity 10Men size 11 Regular - Quantity 10Men size 12 Regular - Quantity 10Women size 7 Regular - Quantity 10Women size 8 Regular - Quantity 10Women size 9 Regular - Quantity 10 Total of 60 items, 60, EA; LI 005, Flame-resistant coveralls (unlined): The coveralls must meet the following specifications with or equal to the following salient characteristics: Manufactured with lightweight, breathable, wash and wear fabric Coveralls Have a concealed two-way zipper that ends at the neck with a concealed snap at the end Cuffs shall also have concealed snaps Have side vents, chest and rear pockets Dark blue in color Meet NFPA 2113 standards The bid shall be for the following sizes and quantities:size 34 Regular: Quantity 5 size 36 Regular: Quantity 5 size 38 Regular: Quantity 5size 40 Regular: Quantity 5 size 42 Regular: Quantity 5 size 43 Regular: Quantity 5size 44 Regular: Quantity 10size 46 Regular: Quantity 10 size 48 Regular: Quantity 10size 50 Regular :Quantity 5 size 52 Regular: Quantity 5 size 54 Regular: Quantity 5Total 75 items, 75, LO; LI 006, Flame-resistant Jacket with liner, with or equal to the following salient characteristics: Manufactured of a wash and wear fabric Front zipper that ends at the neck Cuffs shall also have concealed snaps Have side (hand) pockets Dark blue in color Meet NFPA 2113 standards The bid shall be for the following sizes and quantities:Small (S) - Regular: Quantity 10Medium (M) - Regular: Quantity 10Large (L) - Regular: Quantity 15Extra-Large (XL) - Regular: Quantity 15Extra-Extra-Large (XL) - Regular: Quantity 10Extra-Extra-Extra-Large (XXL) - Regular: Quantity 10, 70, LO; LI 007, Flame-resistant gloves, with or equal to the following salient characteristics: Manufactured of a flame resistant material Black leather on the palms and underside of the fingers that wraps up and over the fingertip and leaves the pad of your finger free of seams. Extend two to four inches up the arm from the wrist. Black in color Designed for flight or tactical use The bid shall be for the following sizes and quantities:Small (S): Quantity 5Medium (M): Quantity 10Large (L): Quantity 15Extra-Large (XL): Quantity 15Extra-Extra-Large (XXL): Quantity 15, 60, LO; LI 008, Hearing Protection, with or equal to the following salient characteristics: For single-use Hypoallergenic Easy fitting and removing Foam style earplugs with connecting cord Earplugs must be PVC-free Hygienically packed in individual packets Be tapered in designed Be of a color that makes the earplugs easily visible Earplugs must meet ANSI S3.19-1974 standards. Each box contain 100 individual packets, 2, BX; LI 009, Tactical Backpack with or equal to the following salient characteristics: Dimensions: 20 high, 12 wide, and 7 deep Manufactured of a denier nylon style fabric Have two large interior compartments Have a compression strap system that allows expandability Have an organizer in the front section of the pack Main compartment should have three mesh zippered pockets and a separate large cinch pocket Have two full-length side pockets that can handle a variety of different items including water bottles The top of the backpacks should have a separate fleece lined pocket and 2 smaller external zippered gear pockets Included a reinforced hydration pocket that allows for the addition of a hydration bladder Black in color, 75, EA; LI 010, Black All-Weather Parka with or equal to the following salient characteristics: Designed to adapt to different weather conditions The parka must consist of three pieces: owaterproof and breathable outer jacketofleece lineroANSI II traffic vest Have a concealed chest document pocket Have other pockets that could be used to stow gear such as handguns, handcuffs, flashlights and mace Have fleece lined zippered hand pockets that can keep hands warm and dry Have a removable and stowable hood Have two-way zippers under the arms for ventilation Have concealable/removable ID panels on the chest and back The bid shall be for the following sizes and quantities:Small (S) Regular: Quantity 5Medium (M) Regular: Quantity 10Large (L) Regular: Quantity 15Extra Large (XL) - Regular: Quantity 10, 40, LO; LI 011, Briefcase with or equal to the following salient characteristics: The inside dimensions of the briefcase shall be a minimum of 17 length, 12 width, and 3" depth Be designed and fashioned in a manner to provide a secure means to transport it contents Removable mechanism to securely lock the briefcase to a fixed item to prevent its removal Manufactures of light weight metal such as aluminum/aluminum allow Have a hard shell Flexible interior design to accommodate a notebook computer and files Two changeable combination locks Silver in color, 75, 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. 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 the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. This is a competitive Request for Quotation (RFQ) in support of the Infrastructure Protection(IP), Insfrustructure Security Compliance Division (ISCD), Inspections and Enforcement Branch (I&EB) to procure Personal Protection Equipment for Chemical Field Inspectors. A single Firm-Fixed-Price award is anticipated from this RFQ. Source Selection will be based on Lowest Price, Technically Acceptable. Patial shipments may be accepted, but Not Later Than Feb 19, 2010. Please specified dates and complete this RFQ package in its entirety (12 pages) Late responses will not be accepted. 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. Delivery Instructions: Regular shipments and boxed itemsBoxed and shipped items (excluding cargo) must be individually labels with the name and address as listed below: Department of Homeland SecurityATTN: NPPD/IP/ISCD/Dorothy Mozell (703) 235-4923245 Murray Lane SW, Mailstop 0610Washington, DC 20528-0610 Cargo shipments Cargo shipments are any shipments that are palletized, HAZMAT, or items that exceed 49 pounds in gross weight.The cargo will be required to go through a Federal Vehicle Inspection Facility (VIF) before delivery at the final destination (see address below). After completing a vehicle inspection at the VIF, the cargo/Truck will be sealed by the Federal Protective Service. The seal must remain intact until final deliver. Vehicle Inspection FacilityDepartment of Homeland SecurityATTN: NPPD/IP/ISCD/Dorothy Mozell (703) 235-4923300 12th Street Southwest (12th & C Street)Washington, DC 20028 Facility number: 202-245-2499Hours of operation: Monday-Friday 5:00 AM to 5:00 PM Final destinationDepartment of Homeland SecurityATTN: NPPD/IP/ISCD/Dorothy Mozell (703)235-49234601 North Fairfax DriveArlington, VA 22203 Delivery times need to be coordinated prior to delivery Hours of operation: Monday-Friday 7:00 AM to 5:00 PM These facilities will not accept shipments during federal holidays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00083/listing.html)
 
Place of Performance
Address: Washington, DC 20528
Zip Code: 20528-0610
 
Record
SN02044291-W 20100121/100119234557-b3a1ce0c52990a1744f24e5bed3c7510 (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.