Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
MODIFICATION

42 -- Field Connectivity Equipment for Inspections &Enforcement Branch (I&EB) for I&EB Chemical Field Inspectors

Notice Date
6/22/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
245 Murray Lane, S.W., Washington, DC 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00194
 
Response Due
6/24/2010
 
Archive Date
12/21/2010
 
Point of Contact
Name: Aubrey Gainfort, Title: Contract Specialist, Phone: 2024470812, Fax:
 
E-Mail Address
aubrey.gainfort@dhs.gov;
 
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, 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-00194 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 313210 with a small business size standard of 1,000.00 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 2010-06-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20528 The DHS National Programs & Protection Directorate requires the following items, Meet or Exceed, to the following: LI 001, SOG Multi-tool Powerlock -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, 50, EA; LI 002, DYNA-MED Deluxe First-Aid Kit - 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 Crea 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, 50, EA; LI 003, PMI Kernmantle Rescue Rope 150ft -Length: 150 ft.- Diameter: 12.5 mm (1/2)-9100 lbs. minimum breaking strength- 600 lbs. working load- UL certified to meet all National Fire Protection Association (NFPA) 1983-06 class G standards-Conforms to standards set for all two person rescue ropes- 100% nylon construction- Nylon type 6.6; melts at 480-500EF (248-260 EC), becomes sticky at 445 EF (229 EC), yellows at 300 EF (148 EC after 5 hours of exposure-Less than 2% at 200 lbf (.889kN) load, 17% at 75% of minimum breaking strength, less than 20% at failure- One over, one under braid for high abrasion resistance, 50, EA; LI 004, 2 Million Candle Power Rechargeable Spotlight - 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- Spotlight should not require any hard wiring of the AC or DC rechargeable lines/wires, 50, EA; LI 005, Binoculars - Black- Weight: 70.4 oz.- Eye Relief: 17 mm- Magnification: 20x- Objective lens diameter: 80 mm- Field of view at 1000 yds.; 168 ft.- Exit pupil: 4 mm- Focus type: Center- Close focusing distance: 70 ft.- Tripod adaptable, 50, EA; LI 006, 10 lb. ABC Fire Extinguisher - 10 lbs. ABC extinguisher- Undrwriters Laboratories (UL) Rating: 4A60B:C- UL and US Coast Guard (USCG) Approved-Meets Department 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, 50, EA; LI 007, Pelican Case with Foam - 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. load- With foam- Fold down handles, 50, EA; LI 008, Bluetooth Headset - Most be compatibility with the Verizon 8330 Curve- NoiseAssassin 2.0 provides even better background noise elimination (6 to 9 dB) to enhance audio clarity in the noisiest environments. - AVAD (Acoustic Voice Activity Detector) provides a new fail-safe mechanism when the VAS does not touch the users face. - Unique design offers sophisticated style and exceptional comfort. Voice Activity Sensor rests against cheek to detect vibration and amplify speech signals., 100, EA; LI 009, Blackberry Carrying Case - Horizontal loading for easy access - Secure Magnetic closure - Strong Leather belt clip easily attaches to belt or bag - Supports sleeper function, 100, EA; LI 010, Tactical Duty Bag - YKK self-healing zippers - Large oversized zipper pulls - Light colored interior - Robust grab and haul handles - Flag holder, WriteBar and ID window - Interior hanging pocket - Non-slip padded shoulder strap - 32 x 16 x 19 - 8192 cubic inches of storage space- Made of 1050D nylon with a durable water- resistant coating- Interior hanging pocket, a flag holder and ID window. a non-slip padded shoulder strap- Black in color, 100, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS National Programs & Protection Directorate 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 National Programs & Protection Directorate 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. This Contract will be a Firm Fixed Price Contract. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Please NOTE this is an all or nothing bid submission. ALL Items must be included in proposal or it will not be considered for award. 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. 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. All questions must be submitted electronically to Aubrey Gainfort, Contract Specialist, at Noon, on Thursday, June 24, 2010 at Aubrey.Gainfort@dhs.gov. Please refer to the Attachment provided for all directions concerning this amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00194/listing.html)
 
Place of Performance
Address: Washington, DC 20528
Zip Code: 20528
 
Record
SN02184401-W 20100624/100622235212-5f1d03508b5251e25a2f1fe15985b357 (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.