Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
SOURCES SOUGHT

84 -- Furnish and Launder Arc-Flash Fire Resistant Personal Protective Clothing - Summary of Arc Flash Energy Levels - Arc Flash/FR Standard Table

Notice Date
6/19/2017
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-S-0021
 
Archive Date
7/15/2017
 
Point of Contact
Aisha R. Boykin, Phone: 4109624152
 
E-Mail Address
aisha.boykin@usace.army.mil
(aisha.boykin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Table 130.7(C)(16) Personal Protective Equipment Category Summary of Arc Flash Energy Levels This is a Sources Sought Notice which serves as a market research tool to obtain information and will be used for planning purposes. THIS IS NOT A SOLICITIATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought Notice or any follow-up information. Respondents will not be notified of the results of this notice. The Baltimore District United States Army Corp of Engineers (USACE), is looking for any contractors who can furnish Personal Protective Clothing (PPC) using Arc-Flash Fire Resistant (FR) PPC and provide ongoining cleaning of the clothing on a weekly basis at 14 sites throughout NY, PA, MD, WB, VA and DC. The contractor shall be able to provide rental services for weekly delivery and as necessary the replacement of PPC for a maximum of 35 maintenance and operations personnel to include approximately 5 sets per employee of issued NFPA-70E-FR garments. Special care shall be used to maintain the safety rating on Arc-Flash FR PPC. The Arc-Flash FR PPC shall be replaced per manufacturer's requirement (age or quantity of washings) to maintain the safety rating, at no additional cost to the Government. The Government will require all rental personal protection clothing be delivered in a pressed and ready-to-wear condition, on hangers. Each Arc-Flash FR PPC item is to have a bar code identification or similar tracking system in place that does not show when being worn. The rental agreement shall be in compliance and in accordance with ER 385-1-100 memorandum dated 30 September 2014, stating that all USACE operated facilities/plants are expected to demonstrate the consistent application of the requirements stated in the aforementioned memorandum that includes compliant PPC to be worn when working near Arc-Flash FR Warning labled equipment. Responses must included the contractor's company name, point of contact, phone number, and email address. Information from SAM.GOV, Cage Code Number, and DUNS number are required to verify your business status as a qualified Small Business. Responses are to be sent via email to aisha.boykin@usace.army.mil no later than 12:00 PM EST, 30 June 2017. In order to ensure that contractors are qualified, please provide responses to the following questions. Please limit responses to no more than 10 pages. 1. Are you able to furnish all the PPC and Arc-Flash FR Personal Protective Equipment indicated in accordance with the Arc-Flash FR standards as stated in the attached Table 130.7(C)(16) Personal Protective Equipment in the NFPA 70E Standard for Electrical Safety in the Workplace? 2. Provide 3 examples of similar supplies and services (to the above requirements) your company has provided within the past 5 years. Please included point of contact information, contract number, dollar value and period of performance. 3. Describe the resources and manpower you have in order to conduct weekly pickup at each of the 14 locations, there are around 35 uniforms per location. Describe the pick-up/delivery process and state whether or not it will be a decentralized location pickup and delivery. Locations to include: (1) Almond Lake, NY, (2) Alvin R Bush Dam, PA, (3) Stillwater Lake, PA, (4) Curwensville Lake, PA, (5) East Sidney Lake, NY, (6) Foster Joseph Sayers Dam, PA, (7) Whitney Point Lake, NY, (8) York Indian Rock Dam, PA, (9) Cowanesque Lake, PA, (10) Tioga-Hammond Lakes, PA, (11) Raystown Lake, PA, (12) Jennings Randolph Lake, WV, (13) FT. McHenry, MD, (14) Washington, DC. 4. What uniform manufacturer do you use? Are you able to maintain the ongoing cleaning and replacement of torn or defective uniforms/equipment from wear and tear in accordance with the ASTM F1449-01 Standard Guide for Industrial Laundering of Flame, Thermal and Arc Resistant Clothing? 5. Would you be able to provided pricing information on a per unit basis for the furnishing of all the PPC and Arc Flash FR personal protective equipment and the ongoing cleaning/replacement of torn or defective uniforms/equipment from wear and tear?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0021/listing.html)
 
Place of Performance
Address: 10 South Howard Street, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN04550270-W 20170621/170619235957-363bee39d44a77b6dbf35416cd9b91a7 (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.