Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2018 FBO #6035
MODIFICATION

42 -- 600 gallon water buckets used for fighting fires with UH60A/L Airframe

Notice Date
5/31/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
USPFO-PA, Annville, PA 17003
 
ZIP Code
17003
 
Solicitation Number
11183433
 
Response Due
6/19/2018
 
Archive Date
12/16/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: 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 solicitation number is 11183433 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310 with a small business size standard of $7.50M. This requirement is unrestricted 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 2018-06-19 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Annville, PA 17003 The National Guard - Pennsylvania requires the following items, Brand Name or Equal, to the following: LI 001: 600-675 GALLON WATER BUCKETS FOR AERIAL FIRE SURPRESSION Brand name or equal to: Manufacturer: SEI International Part Number 007159 BB5566 Reference Salient characteristics located in Buy Terms. Product shall be in accordance with the Airworthiness Release (AWR -TTS59156C), published by AMCOM, Director of Aviation Engineering, dated 5 OCT 2015., 4, 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, National Guard - Pennsylvania 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. National Guard - Pennsylvania 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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 https://www.acquisition.gov/far/. Vendors must quote all items to be considered for award. WILL ACCEPT BRAND NAME EQUAL OR BETTER SUPPLY. If the offeror is offering a Brand name or equal supply then FAR provision 52.211-6 applies. 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. Brand name equal products must, at a minimum, meet or exceed all of the following salient characteristics as the requested equipment: See Statement of Work 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. 52.204-18, 52.209-10, 52.211-6, 52.219-7, 52.222-50, 52.223-18, 52.232-33, 52.232-39, 52.233-3, 52.233-4,52.222-3, 52.222-19 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. DFARS Clauses 252.203-7000,252.232-7010,252.232-7003,252.204-7012,252.204-7004,252.209-7991,252.225-7001,252.203-7999, 252.225-7035ALT I,252.209-7999 52.247-48 Vendor is required to send specifications, and photos of the item in order to ensure that the product is correct or compatible with existing equipment. 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. 1.Manual load control 2. Valve actuations unlimited (millisecond open & closure) 3. Load control options unlimited load sheds (2% of load each) 4. Power fill capability 5. Holding Capacity: 600 675 Gallons 6. Empty weight of bucket: Between 280 lbs to 320 lbs 7. Gross weight at Maximum Load cannot exceed 5800 lbs 8. Overall Length cannot exceed 24 8 fts 9. Low Power Draw less than 5 amps 10. 3 wire system for power 11. Low maintenance (no more than 4 blots to remove valve) 12. Durable material 13. Compatible with use for foam systems 14. Compatible with external power pack. (Allows for operations of bucket independent of aircraft power supply.) 15. Compatible to be loaded on a mobility cart if required to be ground handled to load site. 16. Color of bucket: Orange / Red 17. Internal fill system or compatible for internal fill system 18. User s manual 19. Collapsible design for storage 1. Bucket shall have plug n play capabilities to assist helo operations with maximum effective firefighting capability. 2. The bucket design must have the ability to pre select the desired load which allows efficiency at both the dip site and over targeted site locations or multiple locations by the operator. 3. Must have the capabilities to meet the need of emergency response situations. Crewmembers need to be able to quickly and efficiently use the equipment, as mission dictates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e97c9d4097f4147480bc3e1e4f73cb7c)
 
Place of Performance
Address: Annville, PA 17003
Zip Code: 17003-5003
 
Record
SN04939225-W 20180602/180531231236-e97c9d4097f4147480bc3e1e4f73cb7c (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.