Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2013 FBO #4318
SOLICITATION NOTICE

42 -- Fire Personal Protective Equipment

Notice Date
9/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3223225A004-FirePPE
 
Point of Contact
Benjamin Godfrey, Phone: 2406125663
 
E-Mail Address
benjamin.godfrey@afncr.af.mil
(benjamin.godfrey@afncr.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is F1D3223157A001. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, Defense Acquisition Circular (DAC) DPN20130909, and Air Force Acquisition Circular (AFAC) 2013-0827. This requirement is set aside 100% for small business. The North American Industry Classification System code is 423850, with a business size standard of 100 Employees. CONTRACT LINE ITEM NUMBERS: 0001: LTO-3413 Tails- Structural Fire Coat or Equal (QTY: 23 EA) 0002: LTO-3413 Pant- Structural Fire Pants or Equal (QTY: 23 EA) 0003: Paratech Pry Axe w/STD and Cutt Claw or Equal (QTY: 10 EA) 0004: IR Thermometer- Fluke 63 or Equal (QTY: 7 EA) 0005: Honeywell Kangaroo Leather Super Glove, NFPA compliant or Equal (QTY: 40 EA) 0006: Shelby 2518 Premium Rope Rescue Glove or Equal (QTY: 50 EA) 0007: Shelby 2500 Xtrication Glove, Black and Hi-Vis Yellow or Equal (QTY: 50 EA) 0008: Turnout coat FFP Globe B7U Custom Stock 35 GX-7 Turnout Coat with the following: 7 oz. Aluminized PBI/KEVLAR Outer Shell; Aralite Thermal Liner; Stedair 3000 moisture barrier; snap-in liner/shell attachment; contoured collar and throat tab; AXTION back; Contoured sleeves; Thermal enhanced elbows; Internal hanger loop; Aluminized PBI/KEVLAR elbow reinforcements; one interior pocket lined with Stedair 3000 moisture barrier; 7"PBI hand and wrist guards; Grey ARASHIELD cuff reinforcements; zipper and velcro storm flap closure; 9"x9" hand warming pockets; 3.5"W x 9"H x 3"D radio pocket (13PB) on left chest; CAL OSHA Label; Drag Rescue Device (DRD) provides security and ease of use; all other standard features of the GX-7 style garment; standard sizing up to 58" chest. or equal to. (QTY: 18 EA) Sizes(Chest-arm) 2x 42-34. 2x 42-35, 2x 44-36, 2x 44-37, 2x 44-39, 2x 46x36, 2x 46-37, 1x 48-32, 1x 48-35 0009: Turnout Pants FFP Globe B7U Custom Stock GX-7 Turnout pants with flared leg; 7 oz. Aluminized PBI/KEVLAR outer shell; aralite thermal liner; Stedair 3000 moisture barrier; flared leg to accomodate ARFF boot; snap-in liner/shell attachment; stretch waste band; 6" bib; easy adjust take-up strap; Hook and D with 2" velcro fly flap; Diamond crotch gusset; Internal thermal fly panel; Expansion knees; thermal enhanced knees; aluminized PBI/KEVLAR replaceable knee reinforcements; 10"W x 10"H x 2"D cargo pocket half lined with aluminized PBI/KEVLAR; Grey ARASHIELD cuff reinforcement; Reverse boot cut; super duty "H" style suspenders; CAL OSHA Label; All other standard features of the GX-7 style garment or equal to (QTY: 18 EA) Sizes (Waist-Inseam) 1x 34-34, 2x 36-31, 2x38-32, 1x38-36, 2x 40-32, 1x 40-33, 1x 40-38, 1x 42-28, 1x 42-29, 2x 42-33, 2x 42-34, 1x 44-32, 1x 44-34 0009: Bullard ARFF Helmet FFP Bullard ARFF Helmet: FX Fiberglass outer shell; Urethane impact liner, black-high heat thermoplastic inner shell, sure-lock ratchet headband, nylon crown straps, nomex chinstrap with quick release buckle, postmans slide fastener, R340 6" gold-coated faceshield, R260 aluminized helmet cover and R757 aluminized shroud with velcro closure, or equal to (QTY: 20 EA) 0010: Honeywell Proximity Gloves, AFW Aluminized PBI/KEVLAR Ripstop back, Elk, Crosstech, wrist or equal (QTY: 35 EA) Sizes: 5-Sm, 8-Md, 18-Lg, 4-XL 0011: Ranger 6211 ARFF Boot, 16" Mens or Equal (QTY: 40 EA) Sizes: 5x size9, 9x size9.5, 7x size10, 9x size10.5, 2x size11, 7x size 11.5, 1x size12. 0012: Ultimate PGI Carbon hood, long style, black or Equal (QTY: 40 EA) 0013: Survivor LED Recoil Flashlight with Charger/Holder and 120V AC & 12V DC Cords or equal (QTY: 40 EA) Basis for award is lowest price technically acceptable to the government. 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 based on Lowest price technically acceptable (LPTA). Technical Acceptance will be evaluated on an acceptable or unacceptable basis. Award will be made based on an integrated assessment of the Evaluation Factors. Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Aug 2013) or be registered with ORCA at http://orca.bpn.gov/, FAR 52.204-7, System for Award Management (Jul 2013), and FAR 52.204-8 Annual Representations and Certifications (Jul 2013) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Jul 2013), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jul 2013), is incorporated into this RFQ. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Sep 2013) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses (Apr 1984). The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2010) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 52.203-3 Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Programs (Dec 2012); 252.232-7003, Electronic Submission of Payment Request (Jun 2012); 252.247-7023, DFARS 252.204-7004 Alternate A System for Award Management (May 2013) and DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) are also applicable. In addition, vendors not registered with SAM (System for Award Management) are ineligible for award. Vendors may register at http://www.sam.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://sam.gov/. All offers must be received no later than 25 September 2013, 12:00 p.m. Eastern Standard Time(EST) and must be able to respond to the information contained herein. Offers and requests to attend site visit are to be emailed to benjamin.godfrey@afncr.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than 19 September 2013, 5:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3223225A004-FirePPE/listing.html)
 
Place of Performance
Address: JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03194116-W 20130920/130919000219-3ea94ebc62c405aced51fbefaf9df958 (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.