Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

42 -- Field connectivity and Fleet vehicle safety equipment

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
247 Murray Lane SW, Washington DC, DC 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00297
 
Response Due
8/9/2010
 
Archive Date
2/5/2011
 
Point of Contact
Name: Michelle Marantz, Title: Contract Specialist, Phone: 2024475818, Fax:
 
E-Mail Address
michelle.marantz@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-00297 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 2005-44. 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 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 2010-08-09 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20598 The DHS National Programs & Protection Directorate requires the following items, Meet or Exceed, to the following: LI 001, SOG Multi-Tool PowerLock with V-Cutter Height: 4.6 (closed); 7 (open) Weight: 9.6 oz.Head Type: Needle Nose V-Cutter Double Tooth Saw Serrated Blade 3 Sided FileLarge Screwdriver Phillips Screwdriver Socket Drive Awl Can Opener/SmallScrewdriver Bottle Opener/Medium Screwdriver Wire Crimper Wire Cutter Blast CapCrimper Compound Leverage Comfort Grips Black Oxide in color, 60, EA; LI 002, DYNA-MED Deluxe First-Aid Kit (3-in-1, nylon case) 1 Abdominal (ABD) Pad (5 x 9) 50Adhesive Bandages (1 x 3) 1 Adhesive Waterproof Tape (1/2 x 5 yards) 2 AmmoniaInhalants 6 Antiseptic Wipes 20 Assorted Woven Bandages 1 Cold Pack (5 x 6) 1Cotton Sterile Roll (1/2 oz) 2 Eye Pads 1 Eye Wash (1 Oz.) 6 First Aid Cream Packets 6Gauze 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 1Adult CPR Mask 1 Vionex Wipe 1 Face Mask/Eye Shield 1 Anti-Microbial Wipe 1 FluidImpervious Gown 1 Biohazard Waste Bag, 60, 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 FireProtection Association (NFPA) 1983-06 class G standards Conforms to standards set for all twoperson rescue ropes 100% nylon construction Nylon type 6.6; melts at 480-500EF (248-260EC), becomes sticky at 445 EF (229 EC), yellows at 300 EF (148 EC after 5 hours of exposureLess than 2% at 200 lb (.889kN) load, 17% at 75% of minimum breaking strength, less than 20% atfailure One over, one under braid for high abrasion resistance, 60, EA; LI 004, 2 Million CP Rechargeable Spotlight 2 million candle power (CP) 40 minute continuous burntime 9 = hours of run time (minimal) per charge AC 110 Volts charges in 10 hours Dc 12Bolts charges in 2 hours Unbreakable Lexan lens or equal Momentary lockable trigger switch orharness (included) Halogen bulb Portable and cordless Rechargeable battery includedRechargeable up to 1,000 times Multiple mode of operation (steady or blinking) NFPAApproved Weight between 7-9 pounds High clearance handle for ease of use with glovesNon-Slip carry handle Spotlight should not require any hard wiring of the AC or DC connectors/cord Spotlight must be Made in America Vendor must supplied the requested quantities in thesame color preferable Black but Orange is also acceptable, 60, EA; LI 005, Binoculars (Black 20 x 80 zoom lens) Black in color of non-reflective color Light weight (10-20oz) design for rugged outdoor use Range or Field-Of-View (FOV) option/s: o 1,000 yards is 289ftor 1,000 yards is 369ft or 1,000 yards is 340ft Forgiving Eye Relief for use with or without glassesWaterproof & Anti-Fog proof Shock resistance with rubber coating Focus type: Centercapable for one-hand operation Rain guard & Carrying case/bag included Binoculars must beMade in America, 60, EA; LI 006, 10 lb. ABC Fire Extinguisher 10 lbs. ABC extinguisher Underwriters 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: PlatedBrass Handle/Lever Material: Stainless Steel Expellant: Nitrogen Operating Pressure at 70Fahrenheit: 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. DischargeTime (sec.): 22 Discharge Range (ft.): 16 to 22 Discharge Range (m): 4.9 to 6.1, 114, EA; LI 007, Pelican Case with Foam (24 x 19 x 14) Material: Copolymer Physical dimensions: 24 x 19 x14 Interior dimensions: 22.1 x 17 x 12.6 Actual weight: 26.10 lbs. Buoyancy: Floats insalt water with 99.2 lbs. load With foam Fold down handles Black in color, 50, EA; LI 008, Bluetooth Headset Must be compatibility with the Verizon 8330/9630 Curve Noise Assassin 2.0provides even better background noise elimination (6 to 9 dB) to enhance audio clarity in thenoisiest environments AVAD (Acoustic Voice Activity Detector) provides a new fail-safemechanism when the VAS does not touch the users face Voice Activity Sensor rests againstcheek to detect vibration and amplify speech signals, 50, EA; LI 009, Blackberry Carrying Case Horizontal loading for easy access Secure Magnetic closureStrong Leather belt clip easily attaches to belt or bag Supports sleeper function Must fit Verizon8330 Curve Black in color, 50, EA; LI 010, Tactical Duty Bag YKK self-healing zippers Large oversized zipper pulls Light colored interiorRobust grab and haul handles Flag holder, WriteBar and ID window Interior hanging pocketNon-slip padded shoulder strap 32 x 16 x 19, 8192 cubic inches One large compartment(dimensions of 32 x 16 x 19) with 8192 cubic inches of storage space. YKK self healingzippers with extended zipper pulls and with heavy duty grab and haul handles. Made of 1050D nylonwith a durable water-resistant coating Interior hanging pocket, a flag holder and ID window, a nonslippadded shoulder strap Be black in color, 50, EA; LI 011, LED Tactical Flashlight Electronically controlled LED provides 5 hour runtime on one set of 3 voltlithium batteries 80 Lumens of output compare with the two D-cell flashlight (enough totemporarily blind an assailant) Nitrolon body and O ring seal (lightweight and water resistant)Non-slip molded grip pattern for maximum retention in any weather (even when wearing gloves)Lockout tailcap to prevent accidental activation Measures 5.14 long Weighs 4.1 oz withbatteries, 140, EA; LI 012, V70 Polymer Speed Holster Ability for access the flashlight in either a bezel-up or bezel-downposition Rigid polymer construction Adjustable spacer, allows the molded in belt slot to be fittedto belts up to 2.25 wide Must be compatibility with the above flashlight, 140, EA; LI 013, Triangle Warning Kit (w/storage case) Wire bracing controls degree of tilt, even in extreme windconditions Weighted stand to hold triangles in place Box storage (included) Made ofpolypropylene plastic Folds flat for easy storage Meets or exceeds all applicable D.O.T.standards, FMVSS 125 and all state and local requirements, 140, EA; LI 014, DYNA-MED Black Nitrile Gloves Class 1 Medical Device Act as a great protective layer undershooting gloves Beaded cuff for easy on/easy off Nitrile material eliminates allergic reactions tolatex 5 mil thick at palm, 7 mil thick at fingertips Powder Fee 100 Gloves per box Black inColor, 290, EA; LI 015, Road Atlas Key to map pages on the inside front cover for easy reference Updated interstatemaps for easy route planning Accurate and dependable distance charts Provide greater detailof the northeast corridor Portable, easy to use size Stronger plastic spiral binding Crisper,non-glare paper for easier readability Must be the current version (atlas printed within the lastyear), 140, 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. 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. 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. This will be a Firm Fixed-Price Purchase Order awarded to the vendor with the Lowest Price Technically Acceptable (LPTA). Bidders must meet or exceed the specifications. Bidders must bid on all items and only full deliveries will be accepted. Replacements or substitues will not be accepted. Past performance will also be used as evaluation criteria regarding this award. All questions must be submitted by 12:00 noon Tuesday, August 3, 2010 to Michelle Marantz, Contract Specialist, at Michelle.Marantz@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00297/listing.html)
 
Place of Performance
Address: Washington, DC 20598
Zip Code: 20598
 
Record
SN02224411-W 20100801/100730235536-66b941efed0d5f9b32c538c277e24191 (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.