Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
MODIFICATION

65 -- Shelter In Place Emergency Preparedness Kit

Notice Date
3/14/2008
 
Notice Type
Modification
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
 
ZIP Code
20745
 
Solicitation Number
TIRNO-08-Q-00046
 
Response Due
3/18/2008
 
Archive Date
4/2/2008
 
Point of Contact
Laquisha Levy, Contract Specialist, Phone 202 283-6838, Fax -6907
 
E-Mail Address
laquisha.l.levy@irs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Amendment 2 The purpose of this amendment is to change the description outlined in section (i), (v) and (ix) of this synopsis as well as provide answers to questions submitted in response to Solicitation Number: TIRNO-08-Q-00046. Q1 Item (L) below calls for 1-Neomycin antibiotic ointment 10/bx Is this 1 box of 10? A1 See section (i) of synopsis (1- Neomycin Antibiotic Ointment 10 per box) Q2 Item (L) below calls for 1-Neomycin antibiotic ointment 10/bx What amount per tube? A2 1 box of 10 packets Q3 Would another antibiotic ointment (say Neosporin) be acceptable? A3 See Section (i) of synopsis (Neomycin Antibiotic Ointment). Q4 For items (O & P) below is there a specific First Aid Guide and OSHA Contents card that we need to use? Will those be provided or at a minimum a sample of one? A4 The synopsis requires First Aid Guide and OSHA Contents card. There is no specific First Aid Guide or OSHA Contents card. There is not a sample available. Q5 Does the FAR 52.225-1 Buy American Act?Supplies apply to all of the elements of the Shelter in Place Emergency Supply Kit or to some of the elements? If the FAR applies to some of the kit, please provide a list of the foreign articles that will be treated as domestic for this contract. A5 See Amendment 1 ?Questions and Answers. All items in the SIP Kits should meet the domestic end product definition found at FAR 25.003 (2). Q6 Is there a preference to use a drawstring bag or a zipper bag that resembles that of a backpack? A6 There is no preference. Q7 Since the shelf life of D size batteries are unpredictable at times of need, can any other flashlight or radio be used that does not require D batteries such as a squeeze flashlight or rotation outpower supply device flashlight/radio providing that the item meets requirements and is less costly than ones with the batteries? A7 See Amendment 1 -Questions and Answers.(D cell batteries only) Q8 What color do you want the bags? A8 Red. Q9 Do you have a dimension for the bag? A9 18?x12?x8? Q10 I know you referenced a canvas bag. Can it be a different material? A10 See Amendment 1 ?Questions and Answers(canvas or equal ?must provide specs for or equal) Q11 On the radio, it referenced a D battery. Does the radio have to use a D cell battery? Can the radio use a AA size battery? It is a size issue; a radio that uses D batteries will be big. AA radio is much more compact. A11 See Amendment 1 ?Questions and Answers.(D cell batteries only) Q12 In looking at this solicitation and I have a question as to the buy American Act. Now don?t get me wrong I believe in this Act but if we were to purchase all of these items and place them into the kit it would be very expensive. Now is there a percentage of the kit that has to be made in American or do the products have to be assembled in the USA? Or do the products that are placed into the kit have to be assembled in the USA? A12 Amendment 1 ?Questions and Answers. All items in the SIP Kits should meet the domestic end product definition found at FAR 25.003 (2). Q13 Is there a Standard Form 18 on which the bid is to be submitted or do we do so on the Combined Solicitation form as published on Federal Business Opportunities? A13 There is no preference. All submissions must include the required information outlined in section (x) of the synopsis. Q14 OSHA does not have a 15 person contents card. Can we create our own content card that lists all the contents? A14 Yes, you may create your own content card. Q15 Are quotes due on March 14th (15 days after the posting of the announcement) or March 18, 2008 by 2:00pm? A15 See section (x) of the synopsis -March 18th no later than 2:00pm. Clarification for Questions and Answers for Amendment 1 Q: Can triple antibiotic ointment be substituted for Neomycin brand and the 10 units be placed in a poly bag? A: See section (i) of synopsis - Neomycin Antibiotic Ointment only. Q: Scissors ? You mention scissors in the general description and the first aid components. Do you want 2 pairs? A: Yes, one in the first aid kit and another one in the canvas bag or equal (see section i of synopsis). PLEASE NOTE: THE RESPONSE DATE REMAINS THE SAME. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO08Q00046 is issued as a Request for Quotations (RFQ). Contractor shall provide 4,502 Shelter in Place (SIP) Emergency Supply Kits. This acquisition is for the Internal Revenue Service emergency support personnel to acquire the necessary items needed in the event of a disaster or catastrophe. Each SIP Emergency Supply Kit must have a minimum shelf life of 12 months and should include: one red canvas bag - 18x12x8 (or equal-must provide specs for or equal) w/string or zipper (backpack style) and ties on zippers to keep contents in the bag and hold zippers together, one battery power (D size batteries-must include) flash light, one battery power radio (D size batteries-must include), two rolls of plastic sheeting /plastic drop cloth - size: 10`x10`, 1 mil thickness, two rolls of duct tape (minimum 2? wide x 30 yards - length), one metal whistle, one pair of metal scissors, one medium First Aid kit (able to treat at least 15 injured persons) and a poly bag to enclose/cover each kit, tamper resistant- warning label on the outside of the polybag (label should read: Use Only In Case of Emergency). First Aid Kit should include the following: a) 1-Exam Quality Gloves (vinyl) 2 pairs b) 2- 3/4"X3" Adhesive Plastic Bandage 15/box c) 1- pair of scissors 4 1/2" and 1 pair of 4" tweezers d) 1- triangular Sling/Bandage w/ 2 safety pins e) 1- Antiseptic Cleansing (sting free) - 4 3/4"x 7 3/4" 10 pcs each box f) 1- 3"x3" Gauze Dressing pad 4 pcs each box g) 1- 4"x4" Gauze Dressing pad 4 pcs each box h) 1- 5 pcs of Knuckle Fabric + 5 pcs of Fingertip Large i) 1- 4"x5" Instant Cold Compress 1 pc per box j) 1- 2"x4.1 yard Gauze Roll Bandage 2 pcs per box k) 1- 8"x10" Sterile Absorbent Gauze Compress 1 pc per box l) 1- Neomycin Antibiotic Ointment 10 per box m) 1 -30 ml Eye wash & 1 roll or tape & 2 Sterile Eye Pads n) CPR Race Shield- One way valve o) 1- First Aid Guide p) 1- OSHA Contents card q) 1- Plastic Case with Gasket. All quotes should include shipping and handling costs. The lowest bidder will be required to submit a sample SIP Emergency Kit. Contractor shall deliver sample kit within 30 days of award to: Internal Revenue Service, ATTN: Axel Rivera, 1111 Constitution Avenue NW, Room IR6613 Washington, DC 20224. Award is anticipated under Simplified Acquisition procedures and will be based on lowest price to the government. This is a set aside for Service- Disabled Veteran-Owned small business concerns. All responsible sources who can provide the above requirements shall submit a quote via email to: laquisha.l.levy@irs.gov, no later than 2:00 pm EST time on March 18, 2008. (ii) THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED This requirement is set-aside 100% for Service-Disabled veteran-owned small business set-aside procedures. In additional to price and delivery, quote should include your cage code, DUNS number and taxpayer ID number. Requested delivery date is 90 days from the award date. (iii) SPECIAL NOTE: Contractors must comply with FAR 52.225-1, Buy American Act Supplies (JUN 2003), FAR 19.1405 Service-Disabled Veteran-owned small business set-aside procedures and FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (iv) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (v) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards. In order to allow the Government to determine technical acceptability, the offeror shall submit the quantity of product sample of the Emergency in place sample kit within 30 days of award to: Axel Rivera, Internal Revenue Service, 1111 Constitution Avenue NW, Room IR6613, Washington, DC 20224. (vi) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provision and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Department of the Treasury, Acquisition Regulation can be accessed on the Internet at http://WWW.arnet.gov/far and http://awss.procurement.irs.gov/policy.htm. (vii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (viii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.209-3 First Article Approval ? Contractor Testing, 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to Service Disabled Veteran-owned small Business concerns. This procurement will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Program Participants. The period of performance will be 90 days from contract award. (ix) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. NOTE: Any proposed awardee must provide proof of SDVOB in the form of SBA certification or the company owners determination of disability from the VA. (x) All quotations must include detailed cost analysis: unit price per item, shipping fees, total price, and description of each item, FOB point (import or domestic origin), a contact person (name and phone number), delivery time, business size, and payment terms. Reference the attached outline. Quotes should be e-mailed to: laquisha.l.levy@irs.gov, no later than 2:00 pm local time on March 18, 2008. All questions should be referred to LaQuisha Levy, 202/283-6838. All submissions should include the following: Company Name: Point of Contact: Address: Phone Number: DUNS: Tax ID: Cage Code: Business Size: Payment Terms: Delivery Time: Item Description Unit Cost/item Total Cost Origin (USA or other) Subtotal of Material Cost: Shipping Fees: ODCs: Total Cost: SHIPPING ADDRESSES: Internal Revenue Service NATIONAL OFFICE 1111 Constitution Ave NW - Room 1116 Washington DC 20224 Number of Kits: 282 Internal Revenue Service Denver - Dominion Plaza 600 17TH Street Denver, CO 80202 Number of Kits: 386 Internal Revenue Service 24000 Avila Road Laguna Niguel, CA 92677 Number of Kits: 641 Internal Revenue Service 477 Michigan Ave McNamara Bldg., Stop 12 Detroit, MI 48226 Number of Kits: 182 Internal Revenue Service 30 East Seventh Street Wells Fargo Place St Paul, MN 55101 Number of Kits: 276 Internal Revenue Service 400 West Bay Street Jacksonville, FL 32202-4410 Number of Kits :157 Internal Revenue Service 600 Arch Street Philadelphia, PA 19106-1611 Number of Kits: 661 Internal Revenue Service 915 Second Avenue Seattle, WA 98174-1009 Number of Kits: 106 Internal Revenue Service 31 Hopkins Plaza Baltimore, MD 21201 Number of Kits:129 Internal Revenue Service 4050 Alpha Rd Farmers Branch, TX 75244-4201 Number of Kits: 499 Internal Revenue Service 290 Broadway - Foley Square New York, NY 10007-1823 Number of Kits: 304 Internal Revenue Service 2001 Butterfield Road Downers Grove, IL 60515-1050 Number of Kits: 175 Internal Revenue Service 401 W Peachtree St Atlanta, GA 30308-3510 Number of Kits: 464 Internal Revenue Service 15 New Sudbury Street Government Plaza Boston, MA 02203-0002 Number of Kits :240 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-08-Q-00046/listing.html)
 
Record
SN01533566-F 20080316/080314235303 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.