Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

42 -- Safety Equipment

Notice Date
7/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
935 Pennsylvania Avenue NW, Washington, DC 20535
 
ZIP Code
20535
 
Solicitation Number
096881
 
Response Due
8/2/2011
 
Archive Date
1/29/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 096881 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 313210 with a small business size standard of 1,000.00 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 2011-08-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cheverly, MD 20781 The Federal Bureau of Investigation requires the following items, Brand Name or Equal, to the following: LI 001, Folding, locking FRN pocket knife (serrated) - Spyderco or equivalent: 3 1/8" stainless steel blade, 1/8" thick, with jimped thumb rest, top swedge, and hole for ambidextrous one hand opening, and black color textured handle, 3 15/16" length closed, with pronounced choil, lock open, and front to back reversible pocket clip mounted at the butt end. Plain to "mostly" serrated edge. 7" overall open length, 2.4oz in weight., 3, EA; LI 002, Backpack with hydration pouch (black) - Maxpedition or equivalent: **A square with rounded top design, that can hold over 1950 cu. in. of gear. Should have one removable Y-shaped top strap and four quick-release lateral compression straps that can secure contents and take strain off the durable YKK #10 zips. 1" Sternum Strap, 1.5" Waist Strap (min 14" strap alone / max 42" strap alone; min 28" loop / max 56" loop). Wide shoulder straps with high breath ability and backing that provides cooling ability. The loadbearing capacity can be expanded with other modular pockets, added to the backpack's front or side PALS attachment points using TacTie. Compatibility with Camelbak hydration reservoir. Size of compartments: Main Compartment: 17.5"(H) x 14"(W) x 6.5"(D), Upper Front Pouch: 5.5"(H) x 9"(W) x 2"(D), Lower Front Pouch: 8"(H) x 9"(W) x 2.5"(D). Made of 1000-Denier water and abrasion resistant light-weight ballistic nylon fabric, Teflon fabric protector for grime resistance and easy maintenance, Triple polyurethane coated for water resistance, High tensile strength nylon webbing, High tensile strength composite nylon thread (stronger than ordinary industry standard nylon thread), #AS-100 high grade closed-cell foam padding material for shock protection, Internal seams taped and finished, Paracord zipper pulls, Stress points double stitched, Bartacked or "Box-and-X" stitched for added strength, 6 rows of PALS webbing per side for full MOLLE compatibility, 2 rows of PALS webbing on top front pocket for full MOLLE/ALICE compatibility, 2 rows of PALS webbing on lower front pocket for full MOLLE/ALICE compatibility, 2 quick release compression straps per side, internal silent keyper in lower front pocket.**, 3, EA; LI 003, Medium Alert Loadout Bag (black) - Blackhawk or equivalent ****Constructed of 1000 denier nylon with reinforced stitching for durability, Zippered mesh dividers in all compartments, Top dual-access (from outside or inside) compartment, one large compartment on one side (comprising the whole side), and two compartments on the other side (one medium-size and one small compartment), 9 interior mesh pouches for gear storage, Top pockets are padded and fold flat when not in use, When folded should have strap and buckle assembly on outside. External compression straps, Heavy-duty lockable zippers, Dimensions: Total: 30L x 16W x 14D = 6720 cu. in. Hide-away pull handle, full wrap around carry handle and two end cap carry handles and high quality in-line skate wheels, bottom panel has rigid stiffeners for efficient carry and rolling, four clear ID insert pockets, two on top, one at each end****, 3, EA; LI 004, Deluxe Camp Armchair (green): **High Strength Steel Frame, polyurethane coated 2400 Denier polyester fabric with cup holders in arm rest, hold a minimum of 275 lbs, must fold down to compact size, carrying bag and shoulder strap, oversize seating area dimensions 23w x 20d, backrest 20 high.**, 6, EA; LI 005, Military Boonie Hat (khaki) - TruSpec or equivalent: **Meets US Military Specs, Brass Screen Vents, Adjustable Chin Strap, 65/35 Polyester Cotton Rip-Stop, 1 in size 7 and 2 in size 7..**, 3, EA; LI 006, Muilti-purpose tool Wave Black Oxide with Nylon Sheath - Leatherman or equivalent *** Comes with: Needlenose Pliers Regular Pliers Wire Cutters Hard-Wire Cutters Clip-Point Knife Serrated Knife Saw Scissors Wood/Metal File Diamond-Coated File Large Bit Driver Small Bit Driver Large Screwdriver Ruler (8 inch/19 cm) Bottle/Can Opener Wire Stripper Lanyard Attachment Two Double-Ended Bits, Length: 4 in. closed - 6.3 in open, Weight: 8.5 ounces / made of 100% stainless steel, includeds screw bits: Phillips and flat tip eyeglass screwdriver, Phillips #1-2 and screwdriver 3/16"***, 3, EA; LI 007, Mission Rolling Duffel Bag (black) - 5.11 or equivalent **Measures 30X20X13, Weight = 5.2kg, heavy duty wheels and axle, collapsible handle, internal mesh divider, two large main compartments, three internal mesh pockets, five external pockets, reinforced bottom corners and skids, adjustable high impact plastic locking clasps, four external carry handles, 1,600-denier nylon***, 3, EA; LI 008, Tactical Pants (khaki ) Cotton - 5.11 or equivalent: ** 2 pr size 34 x 30*** ************Comes with rear strap and slash pocket design on back, double and triple-stitch construction, 48 bartacks in high stress areas, self-adjusting comfort waistband, double thick seat and knees (kneepad ready), Genuine YKK zippers and Prym snaps, convenient D-ring, tough 8.5-oz. cotton canvas, 7 pockets, flaps with Velcro on side leg and accessory pocket, Velcro material to hold close rear pockets.*******, 2, PR; LI 009, Tactical Pants (khaki ) Cotton - 5.11 or equivalent: **2 pr size 36 x 30*** *** Comes with rear strap and slash pocket design on back, double and triple-stitch construction, 48 bartacks in high stress areas, self-adjusting comfort waistband, double thick seat and knees (kneepad ready), Genuine YKK zippers and Prym snaps, convenient D-ring, tough 8.5-oz. cotton canvas, 7 pockets, flaps with Velcro on side leg and accessory pocket, Velcro material to hold close rear pockets.****, 2, PR; LI 010, Tactical Pants (khaki ) Cotton - 5.11 or equivalent: ** 2 pr womens size 2** *** Comes with rear strap and slash pocket design on back, double and triple-stitch construction, 48 bartacks in high stress areas, self-adjusting comfort waistband, double thick seat and knees (kneepad ready), Genuine YKK zippers and Prym snaps, convenient D-ring, tough 8.5-oz. cotton canvas, 7 pockets, flaps with Velcro on side leg and accessory pocket, Velcro material to hold close rear pockets.***, 2, PR; LI 011, Tent Cot - Kamp-Rite or equivalent: **This unit shall be a combination tent/cot. Dimensions, bed Size - 84 long x 28 wide, tent Size - 84 long x 28 wide x 24 high, Folded Size - 32 x 30 x 6 deep, fully enclosed, cot with tent security, No-see-um mesh doors and windows to make tent cot insect-proof, yet provide full air flow, the should be doors and windows on all four sides with tie-up straps, one end should be able to be tilted up to make into a lounge chair. The frame of the tent cot shall be constructed with lightweight yet durable tubular aluminum. The frame shall be assembled with anti-vibration aluminum nuts and bolts, the shell shall be constructed with durable 420-denier nylon fabric, The sleeping surface shall be a durable one- piece Cordura nylon-fabric, shall include total encapsulation rain fly, shall come with its own carrying case with handles.**, 6, EA; LI 012, Sleeping Bag 15 to 20 degree F - Mountain Hardware or equivalent: ** The sleeping bag shall include an integrated full pad sleeve, come with storage sack & nylon stuff sack, built in pillow pocket, interior fabric loops for sleeping bag liners, no-draft collar seals around neck, no-draft wedge to insulate the connection between the bag and pad, no-draft zipper tube to insulate along the length of the zipper, Shell: Nylon rip-stop. WR surface treatment to repel water, Lining: Soft and breathable, nylon with stain resistant finish, Pad sleeve: Nylon rip-stop. WR surface treatment to repel water, Synthetic Insulation: A-Flex: A synthetic construction technique which combines layers of 'flexed' insulation with smaller 'anchor' pieces to connect them to create trapped air space and to maximize heat containment by eliminating gapping and creating more air pockets, left and right zipper capability while in sleeping bag, should be a least 20"x72" for pad size.***, 6, EA; LI 013, Winter pants mens (black) Mountain Hardware or equivalent. 1 medium regular. *** The pants body and laminate shall be of Gortex material (waterproof, breathable), removable, adjustable suspenders for a customized fit, articulated knees for ease of movement, Zippered handwarmer pockets, full side zip legs for ventilation and quick changes, reinforced edge guards to protect hardwearing areas against tears and abrasions, powder cuffs to keep snow and debris out, avg weight 1lb 10 oz, Ratings: Waterproofness: 28,000 mm, Breathability / MVTR: 20,000 g/m2 at a minimum***, 1, EA; LI 014, Winter pants mens (black) Mountain Hardware or equivalent. 1 large regular. ****The pants body and laminate shall be of Gortex material (waterproof, breathable), removable, adjustable suspenders for a customized fit, articulated knees for ease of movement, Zippered handwarmer pockets, full side zip legs for ventilation and quick changes, reinforced edge guards to protect hardwearing areas against tears and abrasions, powder cuffs to keep snow and debris out, avg weight 1lb 10 oz, Ratings: Waterproofness: 28,000 mm, Breathability / MVTR: 20,000 g/m2 at a minimum**, 1, EA; LI 015, Winter Pants womens (black) Mountain Hardware or equivalent. 1 pair extra small regular: ****The pants body and laminate shall be of Gortex material(waterproof, breathable), removable, articulated knees for ease of movement, Zippered handwarmer pockets, full side zip legs for ventilation and quick changes, reinforced edge guards to protect hardwearing areas against tears and abrasions, powder cuffs avg weight 1lb 7 oz.**, 1, EA; LI 016, Flashlight LED Surefire E2D or equivalent. ***The light shall meet at least 200 Lumens, an indestructible LED emitter regulated to maximize output and runtime, two output levelshigh for maximum light, low for extended runtime, TIR lens to produce a tight beam with enough surround light for peripheral vision, a coated tempered window to resist impact, to maximize light, a Strike Bezel to provide personal defense option, constructed of a high-strength aerospace aluminum body, meet Mil-Spec, be hard-anodized for extreme durability, shall have a dual-output tailcap click switchpress for momentary-on high, click for constant-on high, return to off then press or click again to select low, shall include lanyard system***, 3, EA; LI 017, Rescue Helmet with light (torch) pod (black) Pacific R3 Kiwi or equivalent. ****Shall be a lightweight Kevlar/Composite Shell which is not affected by UV exposure, a composite resins to offer a higher temperature resistance (up to 600F) without distorting or melting, a polyurethane impact liner with leather sweatband to provide impact and thermal protection, a reflective trim for high visibility, high-gloss paint finish (black), ratchet headband with easy-to-adjust dial ratchet to accommodate a variety of head sizes, a 3 point polyester chinstrap with quick-release buckle to keep helmet in place, shall have a built-in torch pod to hold flashlight (4AA) which allows hands-free operation at night and maintains performance and shape of helmet, certified to EN443, Compliant to ANSI Z89.1 (type 2). USAR 1951-2007. ***, 3, EA; LI 018, Safety Glasses (black frames) ESS (Eye Safety Systems)Crossbow or equivalent. 3 Kits. ***The Spectacle Kit shall include two frames with two lenses (Clear and Smoke Gray), an elastic retention strap, an anti-fog solution, micro fiber pouch and a zippered hard case, shall have a DedBolt Lens Lock that pivots up for easy release, then will clamp down for solid retention under impact, shall have Ballistic 2.4mm high-impact polycarbonate lenses, Advanced ClearZone FlowCoat lens treatments that eliminates fog inside and prevent scratches outside, interchangeable lenses, 100% UVA/UVB protection, with Rx inserts availability, compliant with U.S. Federal OSHA, ANSI Z87.1, CE EN 166 and U.S. MIL-PRF-31013.. **, 3, Kits; LI 019, Tingley HazProof Boot (black is a special order color). SIZE 7. ***The boot shall be made of polymer material to meet the protective footwear chemical permeation requirements of NFPA 1991 Standard on VaporProtective Ensembles for Hazardous Materials Emergencies 2005 Edition, the boot shall have been tested to Military Standard 282 and provide protection against certain chemical warfare blister and nerve agents. Shall be injection molded for seamless construction and 100% liquid proof protection, the boot shall have a larger foot area that is engineered to accommodate the extra bulk of an encapsulated suit, the boot shall have a smooth exterior surface for easy decontamination, include a stretch fastener closure system to allow for easy on and off while wearing gloves, no more than 11 in height, it shall meet ASTM F 2413-05 M/I/75/C/75 for steel toe impact and compression, and Electrical Hazard Protection(Boot shall withstand 14,000 volts at 60 HZ and the current leakage shall not exceed 3.0 milliamperes.), steel mid-sole shall meet and exceed ANSI Z41 PT 99 PR, steel shank to provide for firm arch support, shall have blown closed cell EVA mid-sole for cushion comfort, shall be sure grip cleated outsole for abrasion and slip resistance- black in color.***, 2, PAIR; LI 020, Tingley HazProof Boot (black is a special order color). SIZE 9. **The boot shall be made of polymer material to meet the protective footwear chemical permeation requirements of NFPA 1991 Standard on VaporProtective Ensembles for Hazardous Materials Emergencies 2005 Edition, the boot shall have been tested to Military Standard 282 and provide protection against certain chemical warfare blister and nerve agents. Shall be injection molded for seamless construction and 100% liquid proof protection, the boot shall have a larger foot area that is engineered to accommodate the extra bulk of an encapsulated suit, the boot shall have a smooth exterior surface for easy decontamination, include a stretch fastener closure system to allow for easy on and off while wearing gloves, no more than 11 in height, it shall meet ASTM F 2413-05 M/I/75/C/75 for steel toe impact and compression, and Electrical Hazard Protection(Boot shall withstand 14,000 volts at 60 HZ and the current leakage shall not exceed 3.0 milliamperes.), steel mid-sole shall meet and exceed ANSI Z41 PT 99 PR, steel shank to provide for firm arch support, shall have blown closed cell EVA mid-sole for cushion comfort, shall be sure grip cleated outsole for abrasion and slip resistance- black in color.***, 2, PAIR; LI 021, Tingley HazProof Boot (black is a special order color). SIZE 10. ***The boot shall be made of polymer material to meet the protective footwear chemical permeation requirements of NFPA 1991 Standard on VaporProtective Ensembles for Hazardous Materials Emergencies 2005 Edition, the boot shall have been tested to Military Standard 282 and provide protection against certain chemical warfare blister and nerve agents. Shall be injection molded for seamless construction and 100% liquid proof protection, the boot shall have a larger foot area that is engineered to accommodate the extra bulk of an encapsulated suit, the boot shall have a smooth exterior surface for easy decontamination, include a stretch fastener closure system to allow for easy on and off while wearing gloves, no more than 11 in height, it shall meet ASTM F 2413-05 M/I/75/C/75 for steel toe impact and compression, and Electrical Hazard Protection(Boot shall withstand 14,000 volts at 60 HZ and the current leakage shall not exceed 3.0 milliamperes.), steel mid-sole shall meet and exceed ANSI Z41 PT 99 PR, steel shank to provide for firm arch support, shall have blown closed cell EVA mid-sole for cushion comfort, shall be sure grip cleated outsole for abrasion and slip resistance- black in color.***, 2, PAIR; LI 022, PVC Bootcover (yellow): 1 case medium. : The boot cover shall be 100% waterproof, heat welded protection,.20mm PVC upper, hard, embossed.50mm PVC sole, elastic top for a secure fit., 1, Case; LI 023, PVC Bootcover (yellow): 1 case large. : The boot cover shall be 100% waterproof, heat welded protection,.20mm PVC upper, hard, embossed.50mm PVC sole, elastic top for a secure fit., 1, Case; LI 024, Flashlight submersible Class I Div I (black) Pelican Super Sabre or equivalent: The flashlight shall have a bulb (light source) that shall be a Xenon lamp, (FL1 Standard) with a minimum of 53 Lumens and a runtime of at least 5 hours, the beam distance shall be at least 158m, Peak Beam Intensity will be 6234cd at a minimum, shall use replaceable batteries an be no more in length than 7.79" shall weigh no more than 12.8 oz w/Batteries, it shall be submersible, and be composed of an ABS resin body which resists chemicals, corrosion, and extreme temperatures, shall meet CSA Class I, Div. 2; Gp ABCD, T3C; Class ll; Div. 2; Gp G. FM Class l, ll, Div. 2; Gp. ABCD/G, T3C. UL Class 1, Div 1 Listed 4S67/E184884 Class I, Div. 1; Gp.C, D / Class l; Zone 1; Gp.llA; llB; T3C MSHA 10C-629-2 ICE Ex IEC Ex TSA 06.0021X Ex ib e IIC T4 IP67., 30, EA; LI 025, Tyvek suit with hood and booties Dupont material or equivalent. 6 cases size medium. *** The coverall shall be constructed of Tyvek material with 32 polyester zipper front, integrated skid resistant booties and attached hood. Elastic around hood and wrists. Should have Serged seams. Material shall be resistant to penetration, chemically and biologically inert, low linting and anti-static treated. Color shall be white. The suit shall have an encapsulated elastic band at the waist., 6, Case; LI 026, Tyvek suit with hood and booties Dupont material or equivalent. 6 cases size LARGE. *** The coverall shall be constructed of Tyvek material with 32 polyester zipper front, integrated skid resistant booties and attached hood. Elastic around hood and wrists. Should have Serged seams. Material shall be resistant to penetration, chemically and biologically inert, low linting and anti-static treated. Color shall be white. The suit shall have an encapsulated elastic band at the waist., 6, Case; LI 027, Tyvek suit with hood and booties Dupont material or equivalent. 8 cases size X-LARGE. *** The coverall shall be constructed of Tyvek material with 32 polyester zipper front, integrated skid resistant booties and attached hood. Elastic around hood and wrists. Should have Serged seams. Material shall be resistant to penetration, chemically and biologically inert, low linting and anti-static treated. Color shall be white. The suit shall have an encapsulated elastic band at the waist., 8, Case; LI 028, Tyvek suit with hood and booties Dupont material or equivalent. 8 cases size XXLARGE. *** The coverall shall be constructed of Tyvek material with 32 polyester zipper front, integrated skid resistant booties and attached hood. Elastic around hood and wrists. Should have Serged seams. Material shall be resistant to penetration, chemically and biologically inert, low linting and anti-static treated. Color shall be white. The suit shall have an encapsulated elastic band at the waist., 8, Case; LI 029, Tyvek suit with hood and booties Dupont material or equivalent. 4 cases size XXXLARGE. *** The coverall shall be constructed of Tyvek material with 32 polyester zipper front, integrated skid resistant booties and attached hood. Elastic around hood and wrists. Should have Serged seams. Material shall be resistant to penetration, chemically and biologically inert, low linting and anti-static treated. Color shall be white. The suit shall have an encapsulated elastic band at the waist., 4, Case; LI 030, Tychem Saranex SL Suit with hood and booties - Dupont material or equivalent. 5 CASES SIZE MEDIUM. ***The coverall shall be constructed of a laminate of Tyvek spun bonded olefin and Saranex 23-P film. The protective garments shall contain sealed seams and storm-flapped zippers for extra protection from chemical leakage and shall meet at a minimum the following in material 30 minute protection against 160 various chemical challenges and from ASTM F1001. Must have permeation data available to support. Must meet requirements for biohazards from ASTM F1670 and F1671. The suit shall have integrated hood and booties with elastic at the hood and wrists. Color shall be white. Must meet minimum fabric tests in accordance with Dupont SL material., 5, Case; LI 031, Tychem Saranex SL Suit with hood and booties - Dupont material or equivalent. 5 CASES SIZE LARGE. ***The coverall shall be constructed of a laminate of Tyvek spun bonded olefin and Saranex 23-P film. The protective garments shall contain sealed seams and storm-flapped zippers for extra protection from chemical leakage and shall meet at a minimum the following in material 30 minute protection against 160 various chemical challenges and from ASTM F1001. Must have permeation data available to support. Must meet requirements for biohazards from ASTM F1670 and F1671. The suit shall have integrated hood and booties with elastic at the hood and wrists. Color shall be white. Must meet minimum fabric tests in accordance with Dupont SL material., 5, Case; LI 032, Tychem Saranex SL Suit with hood and booties - Dupont material or equivalent. 6 CASES SIZE X-LARGE. ***The coverall shall be constructed of a laminate of Tyvek spun bonded olefin and Saranex 23-P film. The protective garments shall contain sealed seams and storm-flapped zippers for extra protection from chemical leakage and shall meet at a minimum the following in material 30 minute protection against 160 various chemical challenges and from ASTM F1001. Must have permeation data available to support. Must meet requirements for biohazards from ASTM F1670 and F1671. The suit shall have integrated hood and booties with elastic at the hood and wrists. Color shall be white. Must meet minimum fabric tests in accordance with Dupont SL material., 6, Case; LI 033, Tychem Saranex SL Suit with hood and booties - Dupont material or equivalent. 6 CASES SIZE XX-LARGE. ***The coverall shall be constructed of a laminate of Tyvek spun bonded olefin and Saranex 23-P film. The protective garments shall contain sealed seams and storm-flapped zippers for extra protection from chemical leakage and shall meet at a minimum the following in material 30 minute protection against 160 various chemical challenges and from ASTM F1001. Must have permeation data available to support. Must meet requirements for biohazards from ASTM F1670 and F1671. The suit shall have integrated hood and booties with elastic at the hood and wrists. Color shall be white. Must meet minimum fabric tests in accordance with Dupont SL material., 6, Case; LI 034, Disposable Ear Plugs: **10 Cases of 200pr** The ear plugs shall be a self adjusting curved, tapered foam ear plug. The plug of regular size should expand to fit most ear canals. The color shall be bright yellow or orange to ensure compliance use. Shall have a noise NPR rating of at least 32db and meet ANSI S3.19-1974 at a minimum., 10, Case; LI 035, 6 mil powder free nitrile glove: **10 boxes of MEDIUM** The glove shall be a powder free, latex free nitrile material, it shall have a beaded cuff for ease of donning and doffing. The glove will be non sterile and ambidextrious 9.5 in in length and 6 mil in thickness color shall be purple., 10, Box; LI 036, 6 mil powder free nitrile glove: **10 boxes of LARGE** The glove shall be a powder free, latex free nitrile material, it shall have a beaded cuff for ease of donning and doffing. The glove will be non sterile and ambidextrious 9.5 in in length and 6 mil in thickness color shall be purple., 10, Box; LI 037, 6 mil powder free nitrile glove: **10 boxes of X-LARGE** The glove shall be a powder free, latex free nitrile material, it shall have a beaded cuff for ease of donning and doffing. The glove will be non sterile and ambidextrious 9.5 in in length and 6 mil in thickness color shall be purple., 10, Box; LI 038, Safety Glasses: The safety glasses shall meet the following as a minimum, have a soft universal-fit nosebridge, impact-resistant polycarbonate lense with an anti-fog hard coat to resist fog, scratches and most chemicals.Shall be compliant to ANSI Z87.1. CSA Z94.3. CE EN-166., 100, PR; LI 039, Moisture Meter Specs: The meter shall be able to identify with 3 types of materials in 2 different modes:Wood (pin mode)5-60% moisture range, Non-wood materials (concrete, plaster, ceramic, insulation, etc) [scan mode] 0-300 numerical reference scale, Gypsum (pin mode) 0.1-6% moisture range, shall able to connect an electrode for deeper penetration, shall have a digital readout, shall be able to operate on batteries, shall be light weight and portable, shall come with a hard case, must have a back-lit display. Must have an electrode with longer, approximately 4 inch pins, for use in material such as insulation. Must have 2 extra contact pins. The unit shall have an alarm when reaching moisture content threshold., 4, EA; LI 040, Range Finder Specs Compact Digital Laser Rangefinder: The laser range finder shall meet the following specifications as a minimum, at least 6 power magnification, contain a built in inclinometer, must be compact and light weight, must come with a carrying case/holster, must be accurate to a maximum reflective range of 1000 yards and a minimum of 10 yds, must be rugged and weatherproof, must have fold-down rubber eyecup for use with eyeglasses, must be battery operated, must have a close focus distance of at least 18 ft., must have a fast focus eyepiece with precision clicks, must have a battery power indicator, must have a linear field of view of 320 ft per 1000 yds, must be less than 4 inches in length, must be less than 10 ounces in weight., 3, EA; LI 041, Indoor Air Quality Meter Specs TSI Incorporated Q Trak or equivalent: The indoor air quality meter shall be able to investigate sick building syndrome, building related illnesses and be able to measure indoor air quality.The meter shall be able to measure the following with the ranges and accuracy: carbon dioxide range: 0-5000 PPM accuracy: (+/-) 3% or 50 PPM, whichever is greater, carbon monoxide range: 0-500 PPM accuracy: (+/-) 3% or 3 PPM, whichever is greater, oxygen range: at least 0-24%, temperature range: 32-140 deg F accuracy: (+/-) 1 deg F, humidity range: 0-95% RH accuracy: (+/-) 3% RH, the unit shall be able to calculate dew point, wet bulb, and percent outside air. All measurements must be obtained in less than 1 minute, be able to datalog with start and stop times, store at least 1 month of data, the meter shall display at least 5 measurements simultaneously, must be able to attach a rotating vane probe, an indoor air quality probe, and a thermoanemometer probe, it must be able to operate on batteries and AC charge, must be light weight and portable, must be able to be field calibrated., 5, 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, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. 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. 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, cost, and other factors considered. The evaluation factors are listed in descending order of importance: technical, past performance and cost. Technical will Meet or Exceed the minimum technical requirements of specifications. For past performance, submit a list of three (3) contracts performed in the five (5) years to include POC name, address/email and telephone number. Cost will be evaluated for realism and reasonableness. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). All vendors must provide manufacturer, part number and extended specifications of the model being offered for all line items. Failure to provide this information will result in a non responsive bid and will be removed from consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/096881/listing.html)
 
Place of Performance
Address: Cheverly, MD 20781
Zip Code: 20781-1211
 
Record
SN02513859-W 20110730/110728235426-0cff284437c08565db066b41464ea7f5 (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.