Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2009 FBO #2940
SOLICITATION NOTICE

42 -- RECOVERY--42--PROJECT NUMBER 8840, Harry S Truman Dam And Reservoir, MO Requirement:Industrial Self-Contained Breathing Apparatus (ISCBA) Units

Notice Date
12/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-1005
 
Response Due
12/22/2009
 
Archive Date
2/20/2010
 
Point of Contact
James D. Kindle, 660-438-7317
 
E-Mail Address
US Army Engineer District, Kansas City
(james.d.kindle@usace.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Industrial Self-Contained Breathing Apparatus (ISCBA) Units Solicitation Number: W912DQ-10-T-1005 10 December 2009 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is set-aside for small business under NAICS code 423840, with a size standard of 100 employees. Quotes in response to this solicitation must be signed and dated and submitted no later than Close of Business, 22 December, 2009. Quotes may be submitted via hardcopy, to the address below, by email to James.D.Kindle@usace.army.mil or by facsimile to 660-438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that your quote is received, you can contact J.D. Kindle at 816-389-2291. Any resulting contract will be a firm fixed price (FFP) supply contract. All work or deliverables related to this order shall be completed no later than 120 days after award. Anticipated date of award: 5 January 2010. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Contractual Point of Contact J.D. Kindle 816-389-2291. "Utilizing funds from the American Recovery and Reinvestment Act (ARRA), this solicitation is for the procurement to furnish and deliver in accordance with the below Scope of Work. Requirement: Industrial Self-Contained Breathing Apparatus (ISCBA) Units Vendor shall provide a firm fixed price quote for Industrial Self-Contained Breathing Apparatus (ISCBA) Units, functions and accessories as outlined in table below for IDLH atmospheres or approved equal. "Vendors submitting quotes shall provide catalog cuts of equipment and documentation to support their products technical performance. "Radio communication shall configure to existing Government Motorola HT750 radios. "Contractor shall provided on-site equipment familiarization and user training for up to 20 Government personnel at a scheduled date to be determined. "Training shall include as a minimum: familiarization, proper fit, usage, maintenance, limitations, respirator malfunctions, inspection, cleaning, storage, and general requirements of OSHA 1910.134. Contractor is required to be CCR and ORCA registered to be eligible for Government contracts. POC is Mr. J.D. Kindle, at 816-389-2291 or 660-438-7317 x2291, fax 660-438-7815 or by mail to the above address. QuantityComponent 10ISCBA units 10Hard carrying case 10AV3000, Large face piece 1030 min Aluminum cylinders & valve Assy 10EZ RadioCom II 10AV3000 Audio accessory clamp, kit 1Certified SCBA User Training on new equipment 1Shipping Contractual Line Items: 0001 ISCBA units 0002 Hard carrying case 0003 AV3000, Large face piece 0004 30 min Aluminum cylinders & valve assembly 0005 EZ RadioCom II 0006 AV3000 Audio accessory clamp, kit 0007 Certified SCBA User Training on new equipment 0008 Freight will be FOB Destination - Harry S Truman Project Office 15968 Truman Rd. Warsaw, MO 65355 The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.202-1 Definitions 52.204-7, Central Contractor Registration (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-13, Electronic Bid Submission 52.219-6 Notice of Total Small Business Set-Aside 52.212-5, Alt II Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.225-1 Buy American Act -Supplies 52.225-18 Place of Manufacture 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration 52.237-1 Site Visit (Apr 1984) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements IMPORTANT - The contractor must file quarterly reports during the term of any contract resulting from this notice. It is suggested this clause be read in its entirety. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 52.212-2, Evaluation Commercial Items Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price (iii) Past performance Technical and past performances, when combined, are approximately equal to price. FAR Clauses may be view in full text at www.acquisition.gov/far/ or http://farsite.hill.af.mil/ * Application of the subject requirement will be used in emergency applications pertaining to industrial use inside a Hydro-Electric Power Plant. Required Quote Submission: Vendors shall at a minimum, include the following: * A signed quote sheet for ALL Contractual Line Items *Complete Company Address, Telephone Number and Point of Contact * Duns #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-1005/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S Truman Lake Project 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02021049-W 20091212/091210234843-cc98e4c8b9e42dc6d8d9446aa1eea6c7 (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.