Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2012 FBO #3957
SOLICITATION NOTICE

47 -- Firefighter Hoses

Notice Date
9/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
RCO Vicenza (PARC Europe, 409th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W912PF-12-Q-5502
 
Response Due
9/26/2012
 
Archive Date
11/25/2012
 
Point of Contact
CARRIE FRANKLIN, 390444713864
 
E-Mail Address
RCO Vicenza (PARC Europe, 409th CSB)
(carrie.r.franklin4.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
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. SOLICITATION COVER SHEET THIS IS A BRAND NAME OR EQUAL REQUIREMENT. Additional Information (1) Date. 22 SEP 12 (2) Contracting Office ZIP Code. 36040 (3) Contracting Office Address. Regional Contracting Office, Vicenza Office UNIT 31401 BOX 33APO, AE 09630 (4) Subject. Hoses (5) Contact Point or Contracting Officer. Contract Specialist - SSG Franklin, Carrie (6) Place of Contract Performance. Vicenza, Italy (7) Quantity: See Line Item Description (8) CLINs: 0001 HI-COMBAT II ATTACK HOSE -1.75"X50'OR EQUAL 0002 HI-COMBAT II ATTACK HOSE -2.5"X50' OR EQUAL 0003 MUNICIPAL DBL JACKET FIRE HOSE - 2"X50' OR EQUAL 0004 MUNICIPAL DBL JACKET FIRE HOSE - 3"X50' OR EQUAL 0005 MUNICIPAL DBL JACKET FIRE HOSE - 3"X50' OR EQUAL 0006 FIRE HOSE TESTER 0007 4" HOSE WITH STORZ CONNECTIONS OR EQUAL (9) All correspondence/responses will be addressed to Carrie Franklin and Nicole Brookes at the following: carrie.r.franklin4.mil@mail.mil and nicole.c.brookes.mil@mail.mil. Please ensure the following are included in the response. (1) The RFQ number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror, "Reply to" address, if different than mailing address; (4) A technical description of the items to be provided for each Line Item and/or photo provided; (5) CLIN 0001-0007 Price and any discount terms; (6) Quote must be submitted in Microsoft Word or PDF format; (7) Quote must be provided in U.S. Dollars This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Regional Contracting Office - Vicenza, Italy is releasing this combined synopsis/solicitation electronically only. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The electronic version of the Request for Quotation (RFQ) is the official version for this acquisition. All quotations must be received via e-mail no later than 26 September 12 at 1500 hours Central European Time (CET). All questions pertaining to this RFQ must be in writing and submitted via e-mail and received by the Regional Contracting Office - Vicenza, Italy not later than 1500 hours (CET) on 24 September 12. No telephonic request will be entertained. All responses to questions will be emailed by way of an amendment to this combined synopsis/solicitation to all prospective quoters. The email addresses for submission of all quotations and questions are carrie.r.franklin4.mil@mail.mil and nicole.c.brookes.mil@mail.mil. All questions must be addressed only to the individual listed above. The Solicitation Number W912PF-12-Q-5502 is issued as a RFQ and the award will be a Firm Fixed Price. Award date is expected to be no later than 28 September 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement (DFAR). The NAICS code assigned to this project is 326220. *This is NOT an order. ALL quotes are due by 26 September 12 at 1500 hours Central European Time time via email. This document is not legally binding and does not obligate the U.S. Government in anyway. Offerors are required to quote a firm-fixed price for each CLIN based on the quantities listed (CLIN's 0001- 0007). Please provide your quote in U.S. dollars. Line itemDescription Requested Delivery 0001 HI-COMBAT II ATTACK HOSE -1.75"X50'OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award 0002 HI-COMBAT II ATTACK HOSE -2.5"X50' OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award 0003 MUNICIPAL DBL JACKET FIRE HOSE - 2"X50' OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award 0004 MUNICIPAL DBL JACKET FIRE HOSE - 3"X50' OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award 0005 MUNICIPAL DBL JACKET FIRE HOSE - 3"X50' OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award 0006 FIRE HOSE TESTER INCLUDING SHIPPING AND HADLING35 Days after award 0007 4" HOSE WITH STORZ CONNECTIONS OR EQUAL INCLUDING SHIPPING AND HADLING35 Days after award NOTE: SEE ATTACHMENT FOR EXTENDED DESCRIPTION FOR EACH LINE ITEM. 52.212-2 Evaluation - Commercial Items (Full Text) 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: Technical Capabilities Price (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (End of Provision) BASIS OF AWARD (52.212-2) 1)The award will be made based on the lowest priced technically acceptable offers. Best value is expected to result from selection of the technically acceptable quotes with the lowest price. Award will be made to the lowest priced offer that meets or exceeds all the minimum mandatory criteria in the solicitation evaluation factor "Technical Characteristics". Award will be on an "all or none" basis. The two evaluation utilized in the procurement were: a)FACTOR I- TECHNICAL CAPABILITIES b)FACTOR II - PRICE 2)In order to be eligible for an award, an offer shall be rated "ACCEPTABLE" in technical capability. 3)In order to receive an "acceptable" rating on the TECHNICAL FACTOR, the offer must meet the minimum requirement in Technical Characteristics. 4)Once the Contracting Officer and the Technical Evaluator have identified the offers that are technically acceptable, the Contracting Officer will make the award decision ONLY on the basis of lowest price. EVALUATION OF THE NON-PRICE FACTORS 1)FACTOR I-- TECHNICAL CAPABILITIES a)An evaluation will be made based on the quoters proposed items a technical review to ensure that the quote can meet the specific needs based on the contractor's proposed items and their capability to meet the required technical standards within the solicitation. Table 1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableQuote clearly meets the minimum requirements of the solicitation UnacceptableQuote does not clearly meet the minimum requirements of the solicitation EVALUATION OF THE PRICE FACTOR 1)FACTOR II - PRICE a)The Contracting Officer will evaluate quotes for award purposes by comparison of total prices for all CLINS. The price quote will be evaluated separately from the NON-PRICE factors. An assessment of the reasonableness of each proposed price will be made to determine if it is fair and reasonable. The Government will evaluate the price quotes to ensure a fair and reasonable price by using one or more of the following price analysis techniques: i)Comparison of quoted prices received in response to the solicitation. ii)Comparison of quoted prices with the independent Government estimate. iii)Comparison of quoted prices with available historical information. b) Award will be made to the lowest price technically acceptable offeror. 52.212-1 ADDENDUM QUOTE SUBMISSION 1)The term "offeror" means: the company or person(s) submitting the quote. 2)Each offeror shall provide unit price and lump sum price for the line items listed in the solicitation. 3)The entire solicitation shall be submitted with each page initialed. The Government does not intend to make multiple awards. Offers shall be all or none basis. Email - offers in response to this RFQ, including the written technical representation and pricing shall be submitted via email to carrie.r.franklin4.mil@mail.mil and nicole.c.brookes.mil@mail.mil. Offerors shall provide as a minimum: 1) RFQ number, 2) Name, address, and telephone number of point of contact of offeror, 3) CLIN 0001-0007 Pricing (unit price and total price), 4) Representations and Certifications (unless offeror maintains updated Reps and Certs at the ORCA website); 5) Description of equipment to be provided for each Line Item 6) Quotes must be submitted in Microsoft Word or PDF format. For information regarding this solicitation, contact SSG Carrie Franklin or MSG Nicole Brookes at the above email addresses. ADDITIONALLY Multiple awards. Multiple awards are not expected. The Government plans on awarding one contract for all requirements listed on the schedule. Offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. Submit invoices in: Wide Area Work flow (WAWF) Only contractors, who are registered and have an active account in the System for Award Management (SAM) https://www.sam.gov, may be awarded a contract as a result of this solicitation, and all invoices and payments will be made using the WAWF system https://wawf.eb.mil. All invoices must be prepared in accordance with the same CLIN numbers as the contract. Each item charged must be documented to allow verification and certification. The invoice(s) shall be submitted electronically in WAWF. Invoices shall be numbered consecutively as "1st partial invoice" for the initial invoice, "2nd partial invoice" for the second invoice and "3rd final invoice" if the third invoice is the last invoice. The contractor is authorized single payment upon submission of invoices. (2.) RECEIVING REPORTS (WIDE AREA WORK FLOW/ WAWF) a. WAWF speeds up the payment processing time and allows the vendor to monitor payment status online. There are no charges or fees to use WAWF. b. In order for DFAS to make payments, they need a contract, invoice, and a receiving report. DFAS looks for a contract in the Electronic Data Access (EDA) system, if an invoice and/or receiving report is received via WAWF. Request for payments must be submitted electronically via the internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. c. COMBO Document -If the vendor submits a Combo Document (invoice/receiving report), then the invoice goes straight to DFAS and the receiving report is routed to the acceptor via the Business Partner Network (BPN) number annotated on the Contract/Delivery Order (this is Input by the vendor when creating the document). It is imperative that the Point of Contact (POC) shown on the Contract/Delivery Order is registered in WAWF or the vendor will not be able to submit. When the acceptor accesses WAWF and accepts the receiving report, DFAS will process the receiving report against the Invoice to make payment to the vendor. When establishing the contract/delivery order, the Acceptor/Inspector Information needs to include the POC name, mailing address, e-mail. and phone number. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) at http://www.dfas.mil/contractorpay/electroniccommerce/wideareaworkflow.html. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS Vendor Pay Inquiry System (VPIS) website at https://www.dod.mil/dfas/money/vendor. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES, AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. (CODES WILL BE PROVIDED UPON CONTRACT AWARD) CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: INSPECT BY DODAAC: SERVICE ACCEPTOR SHIP TO: LOCAL PROCESSING OFFICE: N/A PAY OFFICE DODAAC: END OF ADDENDUM The following additional FAR and DFARS clauses and provisions apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION) 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items. 52.232-38 Submission of Electronic Funds Transfer Information with Offer 52.243-1 Changes--Fixed-Price 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (x) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.225-7042 Authorization to Perform 252.232-7008 Assignment of Claims (oversees) CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FIRM FIXED PRICE contract resulting from this solicitation. (End of provision) 52.252-2CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of Clause) ITEM 0001: ANGUS HI-COMBAT II ATTACK HOSE - 1.75" X 50' EACH OR EQUAL Fire Hose for aggressive interior combat operations Friction loss at 200 gpm is over 15% less than regular 1-3/4" hose Kink Resistance exceeds that of conventional jacketed hose Drag Coefficiency is the lowest of any fire hose we have tested making it easier to pull during attack operations Abrasion resistant outer jacket is designed and manufactured to withstand a minimum of 2000 cycles on the U.L. abrasion test and 12,000 cycles on the F.M abrasion test programs Anti-burst Technology ensures it will not burst catastrophically even with a 1/2" diameter hole through both the jacket and liner Hi-Combat can withstand a surface temperature of 1000 F for a minimum of 45 seconds, at a static pressure of 100 psi Cold Resistant to at least -36 F Chemical Resistant liner protects from exposure to water and contamination by most chemical substances, hydrocarbons, oils and grease Available as 1-3/4" line and 2-1/2" big flow line, ideal for master stream operations and high rise fire fighting Color: Green/White/Orange Quantity: 40 EACH ITEM 0002: ANGUS HI-COMBAT II ATTACK HOSE - 2.5" X 100' EACH OR EQUAL Fire Hose for aggressive interior combat operations Friction loss at 200 gpm is over 15% less than regular 1-3/4" hose Kink Resistance exceeds that of conventional jacketed hose Drag Coefficiency is the lowest of any fire hose we have tested making it easier to pull during attack operations Abrasion resistant outer jacket is designed and manufactured to withstand a minimum of 2000 cycles on the U.L. abrasion test and 12,000 cycles on the F.M abrasion test programs Anti-burst Technology ensures it will not burst catastrophically even with a 1/2" diameter hole through both the jacket and liner Hi-Combat can withstand a surface temperature of 1000 F for a minimum of 45 seconds, at a static pressure of 100 psi Cold Resistant to at least -36 F Chemical Resistant liner protects from exposure to water and contamination by most chemical substances, hydrocarbons, oils and grease Available as 1-3/4" line and 2-1/2" big flow line, ideal for master stream operations and high rise fire fighting Color: Green/White/Orange Quantity: 30 EACH ITEM 0003: Supreme Municipal double jacket fire HOSE - 2" X 50' EACH OR EQUAL Premium quality, double jacket, Ethylene Propylene Diene Monomer (EPDM) rubber lined fire hose made from 100% high tensile strength polyester yarn. The liner is attached to the inner jacket using a rubber backing that is more flexible and has higher heat resistance than other hoses using a Thermoplastic (TPU) adhesive. The liner material must be polyurethane compound extruded-thru-the-weave. Optional Dura-CoteTM treatment greatly increases abrasion, heat, flame and petrochemical resistance while virtually eliminating water pick-up. When treated, Supreme is protected from mildew and no drying is required Supreme remains flexible to temperatures as low as -40 F (-40 C) and is highly resistant to ozone and oxidation. Optional color-coded stripe of one contrasting color can be woven into the outer jacket running the full length of the hose for identification purposes. See color chips for hose and stripe options. Kink resistance exceeds that of lightweight jacketed hose. Suitable for use with C.A.F.S. and foam solutions. U.L. labeling is available on all sizes. FM approval is available on 1- " and 2- " sizes. Ponn Supreme is manufactured in accordance with NFPA 1961 standard, latest edition within our ISO-9001: 2000 certified quality assurance system. Friction loss must be at 50% or higher. Color: RED Quantity: 20 EACH ITEM 0004: Supreme Municipal double jacket fire HOSE - 3" X 50' EACH OR EQUAL Premium quality, double jacket, Ethylene Propylene Diene Monomer (EPDM) rubber lined fire hose made from 100% high tensile strength polyester yarn. The liner is attached to the inner jacket using a rubber backing that is more flexible and has higher heat resistance than other hoses using a Thermoplastic (TPU) adhesive. The liner material must be polyurethane compound extruded-thru-the-weave. Optional Dura-CoteTM treatment greatly increases abrasion, heat, flame and petrochemical resistance while virtually eliminating water pick-up. When treated, Supreme is protected from mildew and no drying is required Supreme remains flexible to temperatures as low as -40 F (-40 C) and is highly resistant to ozone and oxidation. Optional color-coded stripe of one contrasting color can be woven into the outer jacket running the full length of the hose for identification purposes. See color chips for hose and stripe options. Kink resistance exceeds that of lightweight jacketed hose. Suitable for use with C.A.F.S. and foam solutions. U.L. labeling is available on all sizes. FM approval is available on 1- " and 2- " sizes. Ponn Supreme is manufactured in accordance with NFPA 1961 standard, latest edition within our ISO-9001: 2000 certified quality assurance system. Friction loss must be at 50% or higher. Color: Yellow Quantity: 50 EACH ITEM 0005: Supreme Municipal double jacket fire HOSE - 3" X 50' EACH OR EQUAL Premium quality, double jacket, Ethylene Propylene Diene Monomer (EPDM) rubber lined fire hose made from 100% high tensile strength polyester yarn. The liner is attached to the inner jacket using a rubber backing that is more flexible and has higher heat resistance than other hoses using a Thermoplastic (TPU) adhesive. The liner material must be polyurethane compound extruded-thru-the-weave. Optional Dura-CoteTM treatment greatly increases abrasion, heat, flame and petrochemical resistance while virtually eliminating water pick-up. When treated, Supreme is protected from mildew and no drying is required Supreme remains flexible to temperatures as low as -40 F (-40 C) and is highly resistant to ozone and oxidation. Optional color-coded stripe of one contrasting color can be woven into the outer jacket running the full length of the hose for identification purposes. See color chips for hose and stripe options. Kink resistance exceeds that of lightweight jacketed hose. Suitable for use with C.A.F.S. and foam solutions. U.L. labeling is available on all sizes. FM approval is available on 1- " and 2- " sizes. Ponn Supreme is manufactured in accordance with NFPA 1961 standard, latest edition within our ISO-9001: 2000 certified quality assurance system. Friction loss must be at 50% or higher. Color: Blue Quantity: 40 EACH ITEM 0006: Fire Hose Tester: 3 HP Electric Fire Hose Tester GPM-4, PSI-1000 OR EQUAL Standard 11/2" manifold, with (4)11/2" stainless steel independent outlet ball valves, with (4) MNPT x MNST adapters, (1) 21/2" FNST swivel inlet adapter, and mobile casters. 5.0 GPM @ 1000 PSI Wheeled for mobility and transport Tray attached for tools Quantity: 1 EACH ITEM 0007: Angus Hi-Combat Lite 4" Hose with Stortz Connections OR EQUAL Angus Hi-Combat Lite is a range of lightweight performance upgraded through-the-weave high pressure supply lines. This family of supply hose, available in 3", 4" and 5", operates at above normal pressure rates usually associated with standard supply lines. Hi-Combat Lite provides extra safe operating pressure without compromising for a heavy weight hose design. The standard color for Hi-Combat Lite is yellow. Quantity: 20 EACH
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddb2c62633ccbc5793178c4fb7ddf9ab)
 
Place of Performance
Address: RCO Vicenza (PARC Europe, 409th CSB) UNIT 31401 BOX 33, APO AE
Zip Code: 09630
 
Record
SN02895187-W 20120924/120922234133-ddb2c62633ccbc5793178c4fb7ddf9ab (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.