MODIFICATION
42 -- Underwater Recovery Team Equipment
- Notice Date
- 5/19/2009
- Notice Type
- Modification/Amendment
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA09T0090
- Response Due
- 5/27/2009
- Archive Date
- 7/26/2009
- Point of Contact
- Catherine Gierke, 608-388-6104<br />
- E-Mail Address
-
Army Reserve Contracting Center - North
(catherine.gierke@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-09-T-0090 is issued as a Request for Quotation (RFQ) and is due by 27 May 09. The RFQ is a fixed price with delivery required by 28 June 2009. This is a small business set-aside, with NAICS code 339920, and the small business size standard is 500 employees. This requirement is to furnish the following: CLIN 0001: 12 SETS @________=________ Underwater Recovery Team Equipment for the Fort McCoy Fire Department Dive Team: Regulator, Octopus complete with hoses and cylinder fittings and gauges to include cylinder pressure, depth indicator, and compass, Wide Angle Mask, snorkel, BC compatible with Regulator, Octopus, hoses and fittings with integrated weight system with quick release. Sets of fins compatible with boots are being worn, 7mm wetsuit and 6mm hooded vest, 6.5mm boots, 5mm gloves. Wetsuit, hooded vest, boots, and gloves must all be compatible while being worn as a set. Three of the sets must be larger sizes to fit employees weighing from 230lbs to 250lbs and height ranging from 6 ft to 6 ft 4 in. Vendor must come to the Fire Department at Fort McCoy, WI and size personnel for the proper fitting equipment. Description of Equipment: Regulator: Aqua Lung Legend Glacia regulator, or equal product. Must be designed for extreme cold weather diving. In Wisconsin this is a must, as water temperatures change between 90 degrees down to 40 degrees during summer. Octopus: Legend Glacia Octopus or equal product. Must be designed for extreme cold weather diving. In Wisconsin this is a must, as water temperatures change between 90 degrees down to 40 degrees during summer. It must be compatible with the regulator, hoses, fittings, and gauges to fit SCUBA Cylinder and BC. BC: Aqua Lung Latitude XLT or equal product. Weight pouches on sizes LG and XL that hold a total of 16lb (7.25kg) each and smaller sizes hold 10 lbs (4.5kg) ea, two rear pockets to allow for additional trim weights, two large, zippered utility pockets, 3 utility D-rings, chest strap, and attachment grommets for easy mounting of knives. In black and silver. Must be compatible with the regulator, octopus, hose, and gauge assembly. Vendor must size personnel at Fort McCoy. Analog gauges and compass: Suunto Combos with Analog Gauges and compass or equal products. Luminous easy-to-read analog dials, open bourdon tube mechanism, and maximum depth indicator. The analog gauges (Depth Gauge, Tank Pressure, and Compass) should fit together in one complete unit with the capability to add additional instruments at anytime. Must be compatible with the regulator, octopus, hose assembly and BC. Dive Mask: Aqualung Favola mask or equal product. The lenses must be at an incline to provide a wide angle of view upwards and downwards. The mask must fit and conform to a wide variety of different shaped faces and seal properly. They must be comfortable to wear for extended periods of time. The mask must provide for maximum amount of view while donned. Color: transparent Neon yellow. Snorkel: Aqua Lung Impulse 3 or equal product. The reservoir located below the mouthpiece must keep breathing path clear of excess water. Must allow for easy attachment or removal of the mask. Color: Neon Yellow. Fins: Aqua Lung Blades 2 or equal product. Anatomically shaped foot pockets, extended heel pocket, and combination of polymer plastic for stability with rubber for flexibility, and quick adjusting buckles. Vendor must size personnel at Fort McCoy. Wetsuit: Aqua Flex 7mm Jumpsuit or equal product. TEMPERATURE RANGE: 51F - 72F. To include 4-way high stretch neoprene, ultra stretch wrist and ankles, skin in neck seal to provide stretch and seal out water, heavy duty non-corrosive zipper, three way zipper seal, spine pad integrated part of three way zipper seal, pre-bent anatomic legs, molded kneepads, kidney pad for additional insulation. Black color. Vendor must size personnel at Fort McCoy. Hooded Vest: Aqua Lung Aqua Flex 6mm Hooded Vest or equal product. Hood with bubble vent and 4mm Face Seal. Vendor must size personnel at Fort McCoy. Gear Bag: Aqua Lung Destination or equal product. Material: 1680 Denier Ballistic nylon, Size: 8879 Cubic Inches of carrying capacity and Weight: 15.0 lbs. Stainless steel zipper sliders with zipper pull extenders; padded regulator and bag pockets; large molded fin pockets with side and end drains; backpack straps with adjustable sternum strap; handle at top; zip-away extendable handle; stable wheels with bearings; internal zippered mesh compartments; and internal compression straps with quick release buckles keep contents from shifting. Gloves: Aqua Lung Aleutian Glove or equal product. Thermal FLEX 4-way stretch neoprene panels to provide warmth; bell cut wrist opening to accommodate wetsuit cuffs; tactiles on the palm to provide grip when wet, thickness of 5mm. Vendor must size personnel at Fort McCoy. Booties: Aqua Lung Barrier Boot or equal product. To provide protection and packaged in a bag. Vendor must size personnel at Fort McCoy. Scuba Tank: Sherwood 80 Cubic Foot Aluminum Tank or equal product. 3000 PSI, Neon Yellow in color. Lead: 24 lbs of lead. FOB Destination. These items must meet the Buy American Act requirements. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The full text of provisions and clauses incorporated herein can be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.211-11, Brand Name or Equal. DFARS Clauses 252.211-7003, Item Identification and Valuation; 252.225-7000, Buy American Act-Balance of Pay Program Certificate; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 5152.233-9000, Army Material Command Level Protest Program. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Program; and 252.247-7023 Alt III Transportation of Supplies by Sea. In accordance with DFARS 252.232-7003, the contractor shall submit their payment request electronically using the Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. The WAWF website is located at https://wawf.eb.mil and there is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under About WAWF, Training External Link, Vendor Getting Started Guide. Contractors may also obtain assistance by contacting the WAWF Customer Support (Help Desk) at toll free- 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance addresses, discount terms, DUNS number and Federal Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at https://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 339920 under the Goods Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505.) QUOTES MAY BE SUBMITTED by email, mail, or fax (608-388-7080). Quotes must be received at Mission And Installation Contracting Command, Enterprise And Installation Operations, MICC USAR DOC North, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, 27 May 09, 4:00 PM CST. If you have questions, contact Catherine Gierke, Contract Specialist, (608) 388-6104, catherine.gierke@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ27/W911SA09T0090/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI<br />
- Zip Code: 54656-5153<br />
- Zip Code: 54656-5153<br />
- Record
- SN01821794-W 20090521/090520000013-626b043f9be6a86bc702a78e61bbfeec (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 |