Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

42 -- ROPE AND RIGGING EQUIPMENT

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Office Symbol : CCMI-MKX/Army, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-14-T-0060
 
Response Due
9/26/2014
 
Archive Date
3/25/2015
 
Point of Contact
Name: Andrea Gilbert, Title: Contract Specialist, Phone: 3016777925, Fax: 3016772509
 
E-Mail Address
andrea.h.gilbert.civ@mail.mil;
 
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, as supplemented with additional information included in this notice.The solicitation number is W91QF6-14-T-0060 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 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 2014-09-26 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT MEADE, MD 20755 The MICC Fort Meade requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: NFPA LIFE LINE - WHITE/BLUE 400 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR WHITE MAIN / BLUE TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 002: NFPA LIFE LINE - WHITE/BLUE 300 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR WHITE MAIN / BLUE TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 3, EA; LI 003: NFPA LIFE LINE - WHITE/RED 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR WHITE MAIN / RED TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 3, EA; LI 004: NFPA LIFE LINE - WHITE/BLUE 300 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR WHITE MAIN / BLUE TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 005: NFPA LIFE LINE - ORANGE/YELLOW 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR ORANGE MAIN / YELLOW TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 006: NFPA LIFE LINE - BLUE/YELLOW 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR BLUE MAIN / YELLOW TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 007: NFPA LIFE LINE - RED/YELLOW 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR RED MAIN / YELLOW TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 008: NFPA LIFE LINE - YELLOW/BLUE 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR YELLOW MAIN / BLUE TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 009: NFPA LIFE LINE - LIME GREEN/BLUE 200 FEE - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. COLOR LIME GREEN MAIN / BLUE TRACER Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 010: NFPA LIFE LINE - ORANGE SOLID 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 011: NFPA LIFE LINE - BLUE SOLID 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 012: NFPA LIFE LINE - RED SOLID 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 013: NFPA LIFE LINE - YELLOW SOLID 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 014: NFPA LIFE LINE - OLIVE GR SOLID 200 FEET - ??# diameter, Certified to NFPA 1983 General Use rating. Tensile strength 44.3 kN., 6.8% elongation @ 10% MBS, 21% elongation at failure, weight 7.0lbs. per 100 feet. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 015: Sterling RIT900 6.8mm Search Line - Heat resistant to 932 degrees F. 6.8mm hollow braid construction. 4.0% elongation @ 10% MBS. SWL 420 lbs. Weight 1.9 lbs. per 100 feet. MBS of 13.5 kN. Precut lengths: 1 AT 600 foot, 1 AT 200 foot. (800 feet total). Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 016: Sterling Bound Loop Prusik Set - 8mm prusik cord sewn into 16# and 22# loops. Each size must be a contrasting color for easy identification (example: yellow and red, blue and yellow, etc.). stitched connections must be covered with heat shrink tubing. 30 each 16# and 22# Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 017: MPD (Multi-Purpose Device) - CMC MPD (13mm) Red in color, NFPA Rated for General Use. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 12, EA; LI 018: Confined Space Ventilation Fan - Ramfan UB20 Fan 115v, 60Hz, with 8# outlets, Quick-Couple Reversible Canister (25# ducting), ED700 8# Turbo-Couple Accessory. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 019: Small Double Pulleys - CMC Rescue Swivel Double Pulley 1.5# x.5# sheave tread, Aluminum Sheave, NFPA Rated #G#, 44 kN MBS. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 12, EA; LI 020: Harnesses - CMC Fire Rescue Harness (#20282) removable padding. D-Rings at dorsal, front waist, sternum. Work-Positioning rings at sides. Class III. 6 Lrg/XL, 6 Sm/Med. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 12, EA; LI 021: Anchor Straps - Rock-N-Rescue 1# to 10# Adjustable Anchor Strap Adjustable 1# to 10#, MBS 37.8 kN, Flat Solid Nylon webbing. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 4, EA; LI 022: Carabiners - Omega Pacific Steel, NFPA #G# Rating. MBS minimum 40 kN. (quantity 50 #small#). Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 50, EA; LI 023: Carabiners - Omega Pacific Steel, NFPA #G# Rating. MBS minimum 41 kN. (quantity 10 #ladder hook). Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 10, EA; LI 024: Helmets - WHITE - Leader SAR All-Risk Helmets (leadernorthamerica.com) NFPA 1951:2007, NFPA 1952:2010, ANSI Z89.1 Type 2 Class C. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 12, EA; LI 025: Coveralls - Fire-Dex Extrication Coverall Outer shell # tan 9 oz. FR Cotton. Zipper closure with top snap 3M Scotchlite Reflective Material in 2" triple trim configuration around the cuffs, on the yoke and upper sleeve. Pleated back with elastic gather at waist. Multiple pockets: Two angled front pockets, Two pass-through pockets on front of pants, Two rear patch pockets, Two mic clips, Radio pocket, Patch pocket, Pinnacle pocket with scissors pocket, pen/ pencil pocket, Two 10x10x2" semi bellows on thighs. 12" zipper on inseam of legs. 14" x 7" shell material padded elbows, 19" x 8" shell material padded knees. Hook & loop adjusters. FIT ALL EMPLOYEES IN THE STATION UP TO 5 DAYS OF FITTINGS IF NEEDED. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 45, EA; LI 026: System Packs - EVAC Systems EP306 Pre-Rig Backpack Holds 300# of ??# rope. 10#l x 9#w x 31#h. 1 Blue, 1 Red Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 2, EA; LI 027: Haul Safe Pack (400#) - EVAC Systems HARP High Angle Rescue Pack Blue, 18#l x 12#w x 24#h, holds 400# of ??# rope. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 028: Apparatus Packs - EVAC Systems EP302D Deluxe SAR Pak Holds 300# of ??# rope. 10#l x 9#w x 31#h. 2 Blue, 2 Red Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 4, EA; LI 029: Rope Rescue Gloves - PMI Rope Tech Gloves Goat Skin & synthetic leather palm with spandex and air mesh. 3 Large, 3 XL, 3 XXL. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 9, EA; LI 030: Picket Driver - RQ3 Mark V Hose Inflation System for 2.5# NST hose. Fill from SCBA bottles. Pressure Relief 30-40 psi. Carrying case. Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 1, EA; LI 031: Picket Anchor Plate - Fire-Dex Extrication Coverall Outer shell # tan 9 oz. FR Cotton. Zipper closure with top snap 3M Scotchlite Reflective Material in 2" triple trim configuration around the cuffs, on the yoke and upper sleeve. Pleated back with elastic gather at waist. Multiple pockets: Two angled front pockets, Two pass-through pockets on front of pants, Two rear patch pockets, Two mic clips, Radio pocket, Patch pocket, Pinnacle pocket with scissors pocket, pen/ pencil pocket, Two 10x10x2" semi bellows on thighs. 12" zipper on inseam of legs. 14" x 7" shell material padded elbows, 19" x 8" shell material padded knees. Hook & loop adjusters. FIT ALL EMPLOYEES IN THE STATION UP TO 5 DAYS OF FITTINGS IF NEEDED Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 2, EA; LI 032: Pickets - SET OF THREE - RQ3 Cliff Pickets 1# cold-rolled steel with 0.156# wall thickness. Points and ends CNC milled and case hardened. 26 kN Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 4, EA; LI 033: Hose Inflation System - RQ3 Cliff Pickets 1# cold-rolled steel with 0.156# wall thickness. Points and ends CNC milled and case hardened. 26 kN Must bid all or none. Brand name or equal must have salient characteristics, that meet requirements physical characteristics, functional, form and fit., 6, 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, MICC Fort Meade 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. MICC Fort Meade 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. 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. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is 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 you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Price and past performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f75dcc8a8c82e5b91d7e4c7afe1d14b7)
 
Place of Performance
Address: FORT MEADE, MD 20755
Zip Code: 20755
 
Record
SN03523364-W 20140924/140923000814-f75dcc8a8c82e5b91d7e4c7afe1d14b7 (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.