Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

42 -- Firefigther Gear

Notice Date
12/3/2010
 
Notice Type
Presolicitation
 
Contracting Office
Mission and Installation Contracting Command, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
10024305
 
Response Due
12/9/2010
 
Archive Date
6/7/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 10024305. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 228403. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-12-09 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACC MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001, Gloves, ExtricationProFlex 730 Fire & Rescue Performance GlovesFire & Rescue Performance: Kevlar-reinforced for extrication rescues and other extreme duty.Manufacturer Part # 16364 Size: Large, 10, PR; LI 002, Gloves, ExtricationProFlex 730 Fire & Rescue Performance GlovesFire & Rescue Performance: Kevlar-reinforced for extrication rescues and other extreme duty.Manufacturer Part # 16363 Size: Medium, 6, PR; LI 003, Rolling Duffle The Beast - The Rolling Duffle BagRolling duffle bag with the following characteristics; large main compartment with interior lash down straps for gear, mesh organizer pocket in lid, large second pocket for boots and helmets, slash pocket on the end, and meets airlines maximum allowed checked baggage.The duffle bag shall have the following physical dimensions;Capacity:7500 CU INWeight:8 lbsMaterials:Ballistic Nylon, Nylon Webbing, Metal Hardware, Nylon/Acetal HardwareSize:14"H x 18"W x 30"LColor:Red Manufacturer Part Number : RD103, 8, EA; LI 004, Full Face 99 Resp. Bag5183 Full Mask Respirator Bag, Size: 300 cu. in., Color: Black, Dimensions: 9-1/2 x 9 x 3-1/2".Manufacturer Part # 13183, 8, EA; LI 005, Big Ed Flashlight Rugged, right-angle flashlight can be carried easily in the hand, worn on a shoulder strap, or clipped to turnout gear.Has the following physical characteristics; 7 in. (18cm), Xenoy Polymer ResinBody,100 Lumens, 50 hr. lamp life, and 3.5 hr. battery.Manufacturer Part #3700, 8, EA; LI 006, Pro Warrington 5050 Struximity, Leather Proximity and Structural Bunker BootsFull height waterproof, breathable, protective bootie combines an aluminized radiant shield, Kevlar thermal felt, a Crosstech Moisture Barrier, & Cambrelle liner fabric for protection from heat, fluids, and internal abrasion. Has a Bulldog steel toe, full steel bottom plate, and ladder shank. Lined with an ultra-high-temperature- and radiant-resistant aluminized bootie and multi-layer liquid barrier shield liner that's also breathable and moisture-wicking. Able to provide protection in the harsh environment of JP8 commonly found in ARRF environments. APT Barcode meeting Departmental NFPA 1851 Tracking.Certified to NFPA 1971, 2007 edition for Structural AND Proximity Fire Fighting.Manufacturer Part# 4200 BunkerSize: 10M, 8, PR; LI 007, Firefighting HelmetHDO BEN HelmetManufacturer Part# KYBOWL00075, 8, EA; LI 008, Black CoatFirefighting Turnout CoatManufacturer Part# GSATIN00159, 16, EA; LI 009, Black PantsFirefighting Turnout PantsManufacturer Part# GSATIN00160, 16, EA; LI 010, Dyna Back SuspendersSuspenders with the characteristics; Dynamic action suspendering, constructed of strong, wide, nonelastic webbing, heavy-duty hardware, extra-heavy thread, and lock.Manufacturer Part # SP-DBC, 32, EA; LI 011, Vented Heat Guard HoodHoneywell heathood guard witht the following characteristics;Eagle HTC* Carbon Blend material,Interior of black 100% Nomex* fleece, Ventilated Off white, and Meets NFPA 19 71, 2007 standards. Manufacturer Part# HD-VFDN-VC, 16, EA; LI 012, Firefighting GlovesAmerican Firewear* Kangaroo Leather Super Gloves with the following characteristics; air spacer* thermal architecture traps air for thermal protection without traditional bulk durable, high-temperature-stable Crosstech* moisture barrier and front and back black eversoft cowhide cuffs,and meets NFPA 1971, 2007 Edition.Size : LargeManufacturer Part# GL-SGKCG-LG, 16, PR; LI 013, Coat, ProximityAluminized Proximity Coat with the following physical characteristics;Outer shell of 7 oz. aluminized PBI silver, Two-layer spunlace/meta-aramid thermal liner, Detachable liner with label pocket, CrossTech*/Nomex* moisture barrier, standard coat cuffs and foldover comfort chinstrap,inspection port liner, exterior hook and D closures with 1.5 in. Velcro* interior, articulating rapid rescue strap and two take-up postman straps, nomex-tabbed long wristlets and sewn shingle cuffs, dead air panels, mic tab on left chest: 0.5 x 2.5 in., radio pocket on left chest: 8 x 3 x 2 in., and sewn D-ring on right chest. Meets Meet Army/Air Force NFPA 2007 Edition Specifications. Size: Large Manufacturer Part# SAEGSA00302-LG, 8, EA; LI 014, Pants, ProximityAlumized Proximity Pants with the following physical characteristics;outer shell of 7 oz. aluminized PBI silver,two-layer spunlace/meta-aramid thermal liner,detachable inner liner,CrossTech*/Nomex* moisture barrier,1.5 in. Velcro* fly, inspection port liner,angled cuffs,two take-up postman straps,bellows pockets: 9 x 9 x 11/2 in.,H-style suspenders with buttons installed,hook and D exterior closures with hook and pile interior. With Lime Scotchlite* Trim SuspendersAluminized PBI silver replaceable heat channel knees with military style frames Army/Air Force Proximity NFPA 2007 Edition Specifications Size: Large Manufacturer Part# SAEGSA00303-LG Meets Army/Air Force Proximity NFPA 2007 Edition Specifications., 8, EA; LI 015, Proximity Firefighting ShroudProximity Firefighting Shroud with the following physical characteristics;6 x 0.130 in. gold coat faceshield, Nomex* Quick Release chinstrap with postman slide,Proximity shroud/earcover, five Reflexite* lime bars, 1 x 4 in., and Kevlar* felt winter liner dome. Manufacturer Part # SAEGSA00315 Meets NFPA 1971, 2007 Edition., 8, EA; LI 016, Gauntlet Proximity GloveProximity Glove with the following physical characteristics; Glove, Proximity 3-D, Elk palm, and Aluminized PBI/Kevlar back and sides of fingers. Size: Extra Large Manufacturer Part# GL-BPR-RGA-XL, 8, PR; LI 017, Boot, Fire100% waterproof, lace-to-toe boot reinforced stitched down sole with Fire/Ice compound. Vibram* Fire/Ice sole.This boot has the following physical characteristics; constructed of premium full grain military AB leather, metatarsal guard protects the five long bones in the forefoot,Composite toe cap eliminates hot/cold conductivity while protecting toes from impact injuries,fire Resistant Advance* rip stop side panels, thermally bonded non-woven PRO-V liner, and Crosstech* moisture barrier and 1 in. cushion collar.Complies with the following standards:NFPA 1951, 2007 Edition Technical Rescue Recovery/Utility. NFPA 1999, 2003 Edition Emergency Medical Operations. NFPA 1992, 2005 Edition Liquid Splash. NFPA 1977, 2005 Edition Wildland (Optional). Size: 10D Manufacturer Part# BT6006-10D, 8, PR; 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, USA ACC MICC Fort Hood 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Hood is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency.Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid.If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The Applicable NAICS code is 315299 with the related size standard of 500. The NAICS code must be on 52-212-3 Offeror Representations and Certifications and CCR before a Bid can be accepted. Fedbid is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Fedbid is NOT a forum forfiling protests against the Government. Attempts to file protests throughFedbid will not be considered legitimate as they do not conform to therequirements in the Federal Acquisition Regulation (FAR). It is preferablethat disputes and protests be resolved as quickly as possible at the lowestlevel possible before considering the more formal process described below.Interested parties wishing to file an agency protest directly with theContracting Officer responsible for this acquisition should review theprocedures at FAR Part 33 and send your protest to Carolyn Wardell,Contracting Officer, at email: http://Carolyn.wardell@us.army.mil. Interested parties wishing to file an agency protest must abide by theprovisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis to resolve protests within 20 working days from filing. To be timely,protests must be filed within the periods specified in FAR 33.10. If youwant to file a protest under the AMC-Level Protest Program, the protest mustrequest resolution under that program and be sent to the address below. Allother agency-level protests should be sent to the contracting officer forresolution. The address for filing a protest directly with AMC is: HQ ArmyMaterial Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 FtBelvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packagessent Federal Express or UPS should be addressed to: HQ Army Material CommandOffice of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures. 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 52.212-2, Evaluation- Commercial Items; 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. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. 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. Proposed responders must submit any questions concerning this solicitation before 8 Dec 10, 11:00 EST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) See attached applicable clauses Bid MUST be good for 30 days after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cc7a6e67e0c9b50fb18f0be4ca72349)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN02338319-W 20101205/101203234149-9cc7a6e67e0c9b50fb18f0be4ca72349 (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.