Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

69 -- Inert Training Aid Kits - Provisions and Clauses

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-10-R-00014
 
Archive Date
8/27/2010
 
Point of Contact
Tanya Davis, Phone: 2023852308, Diane Bethea, Phone: 2023852303
 
E-Mail Address
tanya.davis2@dot.gov, diane.bethea@dot.gov
(tanya.davis2@dot.gov, diane.bethea@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Provisions and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Department of Transportation’s Federal Motor Carrier Safety Administration (FMCSA) has a requirement for Inert Training Aid Kits, Cases and ID Tags as described below. This solicitation is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code applicable to this solicitation is 325920. A description of the required items is as follows. KIT SPECIFICATIONS SECTION A The following contains the Minimum Requirements and Specifications for each set of Training Kits for the Trucks and Terrorism Program: *Each kit shall be housed in a suitably sized and portable case made of durable heavy gauge plastic material with aluminum frames, piano-style hinges and key controlled locking hardware. The carrying cases will also serve as a stand up display case. Cases used are to have a history of durability that can be researched by the requestor. All cases shall be serial numbered. All cases will include laminated instructions. *Each kit shall have all of the inert and other display items securely mounted in a mechanical manner to endure shipment, vehicular carry and storage with some expected exposure to environmental extremes indigenous to the Continental US and possessions. All items shall be mounted in the above manner to white polycarbonate (or better) panels of a minimum thickness of Ό” that are permanently mounted to and inside the above specified cases using screws and nylon insert locking nuts (or better) fixtures. *All display items shall be labeled with engraved black acrylic or plastic multi-layered tags with white lettering securely fastened below each item. The tags shall display the proper name and/or description of the corresponding item and shall be of a font and size that allows it to be easily read from a distance. The tags shall be a minimum size of Ύ” x 3”. *All kits shall have a covert (concealed) identification plate which is readily visible when viewed on a radiograph (x-ray). This plate shall be permanently fastened to the carrying case. This plate shall have the following lettering that is readily visible when viewed on a radiograph (x-ray): INERT TRAINING AIDS – PROPERTY OF THE FEDERAL MOTOR CARRIER SAFETY ADMINISTRATION – US DEPARTMENT OF TRANSPORTATION – IF FOUND CONTACT (Number to be supplied upon award of contract). *Lockable cases with minimum specifications and durability of the Pelican Case Model 1650 with roller wheels and handles for easy transportation shall be provided for storage and transportation of the Inert Training Kits. The Pelican Cases shall be of a size that two or more of the training kits shall fit securely inside of them as to ensure secure, easy and efficient transportation of the training kits. *All training kits and shipping cases shall contain foam packing material for secure transport. *All exemplar-training devices shall be totally inert. No amount of pyrotechnic or explosive powder or material or trace/residue thereof may be present in order to be able to ship the required cases via air carrier freight service or transport aboard commercial air carrier as checked luggage. *The majority of the devices (better than 75%) must be actual devices, wrappers, containers, vessels that are commonly encountered by explosives specialists and bomb technicians in the continental US. All inert explosives shall have commercial United States markings where applicable. *The manufacturer / supplier must have current, valid experience and knowledge of commercial explosives, military explosive ordnance and improvised explosive devices that are encountered in the contemporary law enforcement field. *The FMCSA Security & Intelligence SME will have the final approval authority for the content and structure of the proposed training kits and the Vendor shall allow a visual inspection of the kits prior to acceptance. Completed kits will be available for pick up / delivery within 4 weeks from the award of the contract (issuance of PO). SECTION B **Kit Number ONE shall contain the following items mounted to the specifications described in the Minimum Requirements and Specifications mentioned in Section A above: INERT Examples of Forbidden Pyrotechnics (Fireworks) to include one M-80, one M-250, one M-500 and one M-1000 * One INERT 3” Commercial Display Pyrotechnic (Firework) – Cylindrical / American Style *One 12” Length of INERT Pyrotechnic (Cannon/Hobby) Fuse *One INERT Electric Match *One 12” Length of INERT Time (Safety) Fuse *One 12” Length each of INERT 25 Gr., 50 Gr., and 200 Gr. Detonation Cord *One INERT Commercial Electric Detonator with Leg Wires *One INERT Commercial Non-Electric Detonator – Time Fuse Style *One INERT Commercial Non-Electric Shock Tube Detonator *One INERT Commercial Slip On Booster (S.O.B.) *One INERT 1 Lb. Can of Black Powder *One INERT 1 Lb. Can of Smokeless Powder *One Glass Vial containing INERT Ammonium Nitrate Prills and Fuel Oil (ANFO) *One INERT ½ Lb. Container of Binary Explosive with Fuel Container containing IINERT Liquid (Kinestick / Kinepak) * One INERT 1 Ό” x 6” (minimum) Slurry Chub – Tovex or Iremite Demex 100 *One Length of INERT Explosive Cutting Tape *One Tube of INERT Extrudeable Explosive Caulk *One INERT Commercial 2”x 4” Cast Booster *One 4”x 4” (minimum) piece of INERT Commercial Sheet Explosive *One stick of INERT Ό” x 8” Dynamite – 40-60% *One stick of INERT Ό” x 8” Deteriorating Dynamite (Sweating/Crystallized) *One stick of INERT 1 Ό” x 16” Emulsion type Explosive *One stick of INERT 2” x 12” Dynamite *One INERT 2” x 12” (minimum) Seismic Charge *One INERT Linear Shape Charge *Case size shall be no less than 26” x 13” x 4 ½” **Kit Number TWO shall contain the following items mounted to the specifications described in the Minimum Requirements and Specifications mentioned in Section A above: *One INERT Military 1 Lb. TNT Demolition Charge *One INERT Military 1 Ό Lb. TNT Demolition Charge * One INERT Military 1 Ό Lb. M-112 C-4 Demolition Block *One 4”x 4” (minimum) piece of INERT Military Sheet Explosive *One Length of INERT Military Detonation Cord *One Length of INERT Military Time Fuse *One INERT Military Electric Detonator with Spool *One INERT Military Non-Electric Detonator – Time Fuse Style *One INERT MK-II Fragmentation Hand Grenade (Pineapple Style) *One INERT M-67 Fragmentation Hand Grenade (Baseball Style) *One INERT M26-A1 Fragmentation Grenade (Lemon Style) *All Hand Grenades will be complete with Safety (Jungle) Clips *One INERT Law Enforcement Type (Blast) Distraction Device (Flash-Bang Grenade) *One INERT PVC IED Pipe Bomb *One INERT Metal IED Pipe Bomb *One INERT 1 ½” (minimum) Copper IED Pipe Bomb *One INERT CO2 IED (Cricket Device) *Case Size shall be no less than 14” x 18” x 4 ½” **Kit Number THREE shall contain the following items mounted to the specifications described in the Minimum Requirements and Specifications mentioned in Section A above: *One INERT Letter Bomb IED - Cut-Away View *One INERT Improvised Land Mine *One INERT Shoe Heel IED – Cut-Away View *One INERT Cigarette Pack IED – Cut-Away View *One INERT Flash Light IED – Cut-Away View *One INERT Cell Phone Activated Pipe Bomb IED *One INERT Booby Trap Detonation Cord IED *One INERT Forbidden Pyrotechnic (M-500) IED *One INERT Armstrong Explosive Booby Trap with Cut-Away View included * One INERT Improvised Pressure Plate Switch *Common IED Electronic Components *Common IED Construction Items / Components *INERT Blasting Cap / Detonator Trace Evidence Examples *Case Size shall be no less than 14” x 18” x 4 ½” **Kit Number FOUR shall contain the following items mounted to the specifications described in the Minimum Requirements and Specifications mentioned in Section A above. Furthermore the items in this kit shall be grouped, in an orderly fashion, for examples of containers, fillers, ignition systems (power sources and initiators - commercial and improvised), components/switches (commercial and improvised), and wire: Containers *Copper Tubing *Metal Pipe *PVC (Plastic) Pipe *CO2 Cartridge *Glass *Rifle Cartridge Case *Cardboard *Practice Grenade Body Fillers *INERT Pyrotechnic Flash Powder *INERT Smokeless Powder *INERT Black Powder *INERT Match Heads *INERT Hobby Rocket Motor Propellant *INERT Dynamite (High Explosive) *INERT ANFO (Ammonium Nitrate and Fuel Oil) Ignition Systems (Power Sources) *D Cell (1.5 Volt) *C Cell (1.5 Volt) *AA Battery *AAA Battery *;Lithium Cell (3 Volt) *Wet Cell (6 Volt) *110 Volt AC Ignition Systems (Initiators – Commercial and Improvised) *INERT Time (Safety) Fuse *INERT Hobby (Pyrotechnic / Cannon) Fuse *INERT Electric Match *INERT Electric Blasting Cap *INERT Electric Blasting Cap – Cut-Away *INERT Non Electric Blasting (Fuse) Cap *INERT Model Rocket Motor Igniter *Improvised Flash Bulb *Improvised Light Bulb Components (Improvised and Commercial Switches) *SPST Momentary Switch *SPST Push On/Off Switch *SPST Toggle Switch *SPST Slide Switch *Collapsing Circuit Relay Switch *Micro Switch *Electronic Silicone Controlled Rectifier (SCR) *Photoelectric Switch *Mercury Bulb (Anti-Tilt) *Improvised Crush Switch – Matchbox *Improvised Wrist Watch Time Delay Switch *Improvised Delay – Chemical *Improvised Pull Switch – Clothespin *Improvised Pressure Switch – Clothespin *Improvised Tension Release – Mousetrap *Improvised Bare Wire Loop Switch Components (Wire) *12 Gauge Wire *16 Gauge Wire *18 Gauge Wire *26 Gauge Wire *28 Gauge Wire *Blasting Cap Leg Wires (solid) *Extension Cord (Zip Cord) *Case Size shall be no less than 14” x 18” x 4 ½” *Kit Number FIVE shall contain the following items mounted to the specifications described in the Minimum Requirements and Specifications mentioned in Section A above. *Advanced Commercial and Improvised Switch / Detonating Devices *One Cell Phone *One Two-Way Handheld Radio (GMRS/FRS) *One Pager *One Remote Car Starter *One Garage Door Opener *One Radio Controller with Servo(s) *One Digital Timer *One 110 Volt AC Household Timer *One Motion Activated (PIR) *One Improvised Manual Kitchen Timer *One Improvised Solder Delay Switch (Clothespin) *One Improvised Humidity Delay Switch (Clothespin) *One Improvised Trembler Switch *One Improvised “Always” Switch *One Improvised Water Drip Delay Switch *One Improvised Barometric Pressure Delay Switch *One Improvised Seed Delay Switch *One Improvised Hack Saw Blade Switch *One Rodent Delay Switch *One Cigarette and Match Delay *One Improvised Hand Grenade Fuse *One Improvised block and Plunger Switch *One Improvised Temperature (Thermometer) Delay Switch Case Size shall be no less than 14” x 18” x 4 ½” TERMS AND CONDITIONS: These items are being procured on behalf of the Federal Motor Carrier Safety Administration. Total cost shall include all shipping and handling. FOB Destination. Please quote ALL or NONE. All items must be delivered within 7 days after receipt of order. EVALUATION FACTORS FOR AWARD: It is the Government's intent to make a single award to the responsible offeror whose proposal conforms to the solicitation requirements and presents the BEST VALUE to the Government as determined by the evaluation criteria described herein. BEST VALUE will be based on an integrated assessment by the source selection authority of the results of the evaluation of all areas and factors set forth herein with due consideration to the relative order of importance. The Government does reserve the right of such flexibility in evaluation to ensure award of a contract in its best interest. It is the Government’s intent to award without discussion; therefore it is incumbent upon all offerors to submit their best offer. Technical Capability/Acceptability: The Government will evaluate Technical Capability/Acceptability to determine the offerors related experience of comparable scope to the requirements set forth in this solicitation. Offerors shall provide sufficient and detailed information to clearly demonstrate their technical capability and product acceptability to provide all the requirements in as described in this solicitation. Past Performance: The Offeror shall be evaluated on performance under existing and prior contracts for similar services on recent (within 3 years), relevant contracts. The Offeror shall provide Past Performance information on at least 3 relevant contracts. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The Government will contact references to obtain additional information. References other than those identified by the Offeror, may be contacted by the Government. The information received shall be used in the evaluation of the Offeror's past performance. An Offeror with no past performance information will receive a neutral rating (i.e., the rating will not add to or detract from its rating). Price: The Government will evaluate the total overall price to determine price reasonableness. Proposals shall include clearly stated costs and cost elements that are anticipated based on the requirements set forth in this solicitation. Proposals shall be submitted on a firm-fixed prices basis. A unit price for each item shall be QUESTIONS: Questions regarding this solicitation must be submitted in writing sufficiently in advance of the deadline for receipt of offers to allow research and dissemination of the answers to all parties in a timely manner. Send questions via e-mail only to Tanya.davis2@dot.gov and FMCSA_AcquisitionsManagement@dot.gov. PROPOSAL SUBMISSION DEADLINE: Offers are due on August 12, 2010 by 12:00 PM EST. Submit offer to the attention of Ms. Tanya Davis, via email at Tanya.Davis2@dot.gov and FMCSA_AcquisitionsManagement@dot.gov. Additionally, your proposal must list your DUNS, CAGE code, and Federal Tax ID number (TIN) with Company name, POC phone number and email address. If you need to obtain or renew a DUNS or CAGE code, please visit www.ccr.gov. Lack of registration in CCR database will make an offeror ineligible for award. It is the sole responsibility of the offeror to ensure the government has received the offeror's proposal by the due date and time and via an acceptable submittal venue.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-10-R-00014/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02232634-W 20100808/100807000013-d6a5587c8d8a798ae94771aad8d3a5a6 (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.