SOLICITATION NOTICE
42 -- Scott Health & Safety Self Contained Breathing Apparatus (SCBA) - Attachments
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Plum Island Animal Disease Center, 40550 Route 25, Orient Point, New York, 11957-1130
- ZIP Code
- 11957-1130
- Solicitation Number
- HSHQPD-09-Q-00013
- Archive Date
- 9/19/2009
- Point of Contact
- Patricia LaRiviere-Hom, Phone: 631-323-3203, Courtney B. Byrd, Phone: 202-254-2296
- E-Mail Address
-
patricia.lariviere-hom@dhs.gov, courtney.byrd@dhs.gov
(patricia.lariviere-hom@dhs.gov, courtney.byrd@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B FAR & HSAR Clauses Attachment A Brand Name Justification (SSJ No. 151-09) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This requirement is issued as a Request for Quotations (RFQ). The combined synopsis/solicitation reference number is HSHQPD-09-Q-00013 and shall be referenced on all quotes. This solicitation is subject to full and open competition. The Government intends to award a fixed-price purchase order under Simplified Acquisition Procedures (SAP) using FAR Part 13. REQUIREMENTS: The DHS, Science and Technology (S&T), Plum Island Animal Disease Center (PIADC) is requesting quotes for the following self contained breathing apparatus (SCBA) units, face pieces, and carbon air cylinders manufactured by Scott Health & Safety, (see Brand Name Justification, Attachment A): Item No.: 0001 Quantity: 10 Unit: Each Scott Health & Safety Part No.: AP2240204000202 Description: Scott Air-Pak 75 SCBA. Harness with spring clips; for 4500 psig cylinder; with E-Z Flo + regulator with Quick-Connect (QC)/Quick Disconnect (QD), including integrated personal alert safety systems (PASS); shipped two per box (five boxes total). NFPA 2007 edition, 1981 & 1982 standards approved SCBA. Chemical, biological, radiological or nuclear (CBRN) approved. Item No.: 0002 Quantity: 2 Unit: Each Scott Health & Safety Part No.: 805773-71 Description: AV-3000 face piece, size small. Item No.: 0003 Quantity: 6 Unit: Each Scott Health & Safety Part No.: 805773-72 Description: AV-3000 face piece, size medium. Item No.: 0004 Quantity: 2 Unit: Each Scott Health & Safety Part No.: 805773-73 Description: AV-3000 face piece, size large. Item No.: 0005 Quantity: 20 Unit: Each Scott Health & Safety Part No.: 804723-01 Description: 4500 PSIG, 60 minute, carbon cylinder & valve assembly. -THE ABOVE ITEMS MUST BE 2007 NFPA COMPLIANT. -All items shall be NEW and covered under the manufacturer’s warranty. -Offeror must be a factory-authorized distributor to sell the equipment specified herein. Quotes in response to this solicitation are due no later than 5:00 p.m. Eastern Standard Time (EST) on Friday, September 4, 2009, and must be submitted electronically via e-mail to Ms. Patricia La Riviere-Hom, Contracting Officer at patricia.lariviere-hom@dhs.gov. Questions regarding this solicitation must be submitted via e-mail to the individual listed above no later than 10:00 a.m. EST, Thursday, September 3, 2009. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days – not to exceed 60 – required to make delivery after it receives a purchase order from the buyer. Shipping must be free on board (FOB) destination and the order shipped complete. Delivery Address: U.S. DHS S&T Plum Island Animal Disease Center 40550 Rt. 25 Attn: Bill Anderson, Bldg. 13 Orient Point, NY 11957 The provision at FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition, the following addendum has been attached to this provision: All quote submissions shall include the following information: (1) Tax Identification Number (TIN); (2) Dun & Bradstreet Number (DUNS); (3) North American Industrial Classification System (NAICS) Code; (4) Business Size, Contact Name; (5) Contact E-mail address; (6) Contact telephone and fax number; (7) Complete business mailing address; (8) Provide a separate unit price and total amount for each of the five items (if applicable, delivery/freight charge shall be incorporated in the quoted prices, not as a separate line item). (9) The following provision must be completed and returned with the quote: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). (10) Provide current registration status in the Central Contractor Registration (CCR) and certification validity dates in the On-Line Representations and Certifications Application (ORCA). Note: See FAR 52.204-7, Central Contractor Registration (CCR). A prospective awardee shall be registered in CCR prior to award. Information on registration and the annual confirmation requirement may be obtained via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. In addition, the offeror is herby required to complete the On-Line Representation and Certification Application (ORCA) via HTTP://ORCA/BPN.GOV prior to the RFQ due date. The Federal Acquisition Regulation requires Offerors to complete ORCA at least annually as of January 1, 2005. Failure to complete either of these registration procedures outlined in this solicitation, may result in elimination from consideration for award. Basis for Award: to the responsible offeror who submits the most advantageous quote to the Government based on lowest priced brand name product. The government will evaluate price quotes for award purposes by adding the total price for all of the items. One vendor will be selected. For all relevant Federal Acquisition Regulation (FAR) and Department of Homeland Security Acquisition Regulation (HSAR) Clauses incorporated by full text please see Attachment B to this solicitation. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/PIADC/HSHQPD-09-Q-00013/listing.html)
- Place of Performance
- Address: U.S. DHS S&T, Plum Island Animal Disease Center, 40550 Rt. 25, Attn: Bill Anderson, Bldg. 13, Orient Point, New York, 11957, United States
- Zip Code: 11957
- Zip Code: 11957
- Record
- SN01935661-W 20090903/090902004106-6d94fdc84f225c307103ba32e28629b7 (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 |