Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOLICITATION NOTICE

34 -- Welding PPE & Safety/GTAW Parts

Notice Date
1/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
Contracting Office
BLDG 445 Kerr Rd., Fort Eustis, VA 23604
 
ZIP Code
22030
 
Solicitation Number
EustisCCW005
 
Response Due
1/18/2019
 
Archive Date
7/17/2019
 
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
Total Small Business
 
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. The solicitation number is EustisCCW005 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 750.00 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 2019-01-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Eustis, VA 23604 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Jacket, welding. Torso made from 100% cotton flame retardant material and snap front closure. Sleeves made from tanned side split cowhide and sewn with Kevlar thread. Soapstone pocket on each sleeve. Jacket size large, 25, EA; LI 002: Jacket, welding. Torso made from 100% cotton flame retardant material and snap front closure. Sleeves made from tanned side split cowhide and sewn with Kevlar thread. Soapstone pocket on each sleeve. Jacket size medium., 10, EA; LI 003: Jacket, welding. Torso made from 100% cotton flame retardant material and snap front closure. Sleeves made from tanned side split cowhide and sewn with Kevlar thread. Soapstone pocket on each sleeve. Jacket size small., 5, EA; LI 004: High heat welding gloves. 14 inch gauntlet welding gloves; cowhide split palm, reinforced thumb; aluminized rayon back which reflects heat to 1500 degrees F; interior wool lining. Tillman 820., 15, PR; LI 005: MIG welding gloves. 4 inch cuff; top grain cowhide palm, cowhide split reinforcements; cowhide split back with elastic, seamless top grain index finger; fleece lining, seams sewn with Kevlar; gloves size large. Tillman 50L., 20, PR; LI 006: MIG welding gloves. 4 inch cuff; top grain cowhide palm, cowhide split reinforcements; cowhide split back with elastic, seamless top grain index finger; fleece lining, seams sewn with Kevlar; gloves size small. Tillman 50L., 5, PR; LI 007: SMAW welding gloves. 14 inch gauntlet; heavyweight top grain deerskin back; cowhide palm; cotton and foam lined back for heat resistance; unlined palm; sewn with Kevlar thread. Gloves size X-large. Tillman 855., 10, PR; LI 008: SMAW welding gloves. 14 inch gauntlet; heavyweight top grain deerskin back; cowhide palm; cotton and foam lined back for heat resistance; unlined palm; sewn with Kevlar thread. Gloves size large. Tillman 855, 20, PR; LI 009: SMAW welding gloves. 14 inch gauntlet; heavyweight top grain deerskin back; cowhide palm; cotton and foam lined back for heat resistance; unlined palm; sewn with Kevlar thread. Gloves size medium. Tillman 855., 10, PR; LI 010: GTAW welding gloves. Top grain goatskin leather; 4 inch gauntlet; wing thumb; seamless forefinger. Gloves size X-large. Tillman 1328., 10, PR; LI 011: GTAW welding gloves. Top grain goatskin leather; 4 inch gauntlet; wing thumb; seamless forefinger. Gloves size large. Tillman 1328., 10, PR; LI 012: GTAW welding gloves. Top grain goatskin leather; 4 inch gauntlet; wing thumb; seamless forefinger. Gloves size small. Tillman 1328., 5, PR; LI 013: Miller metalworker gloves; top grain leather; spandex back; neoprene wrist with hook and loop closure; padded reinforced palm. Package of 6 PR. Gloves size Med. Miller Electric PN#251066., 2, PK; LI 014: Miller metalworker gloves; top grain leather; spandex back; neoprene wrist with hook and loop closure; padded reinforced palm. Package of 6 PR. Gloves size large. Miller Electric PN#251067., 10, PK; LI 015: Miller metalworker gloves; top grain leather; spandex back; neoprene wrist with hook and loop closure; padded reinforced palm. Package of 6 PR. Gloves size XZ-large. Miller Electric PN#251068., 3, PK; LI 016: Leather shoe/boot splat/legging. 7 inch high leather boot protector; made from split cowhide; hood and loop closure., 25, PR; LI 017: Apron, bib, welders. 24 inch x 48 inch split cowhide apron; side release buckles; two chest pockets; sewn with Kevlar thread., 25, EA; LI 018: GTAW torch collet; 3/32 collet for PTA-9 and PTW-20 GTAW torches. Lincoln Electric PN# KP2029-4B1, 20, EA; LI 019: GTAW torch collet; 3/32 collet for PTA-17 and PTA-20 GTAW torches. Lincoln Electric PN# KP2030-4B1, 20, EA; LI 020: GTAW gas lens collet body; 3/32 gas lens collet body for PTA-9 and PTW-20 GTAW torches. Lincoln Electric PN# KP2033-4B1, 10, EA; LI 021: GTAW gas lens collet body; 3/32 gas lens collet body for PTA-17 and PTA-26 GTAW torches. Lincoln Electric PN# KP2034-4B1, 10, EA; LI 022: GTAW gas lens nozzle. 1 inch alumina #7 gas lens nozzle; 7/16 orifice for use on PTA-9 and PTW-20 GTAW torches. Lincoln Electric PN# KP2019-4B1, 20, EA; LI 023: GTAW gas lens nozzle. 1 5/8 inch alumina #7 gas lens nozzle; 7/16 orifice for use on PTA-17 and PTA-26 GTAW torches. Lincoln Electric PN# KP2018-2B1, 10, EA; LI 024: Miller Electric Weld Mask, Miller PN# 267370. Auto darkening weld-mask; low profile for use in small spaces where traditional welding helmets will not fit., 5, EA; LI 025: CK Worldwide remote amperage control for Lincoln Electric 6-pin connectors; 15 ft; PN# AMTCV-10-1-L6., 5, EA; LI 026: Jackson Safety Insight clear lens replacement kit; includes 5 outside and 2 inside clear lens replacements. Jackson PN# 41589., 10, PK; LI 027: Lincoln Electric outside lens cover for Viking 1840 series welding helmets; 4.5 inch x 3.94 inch; package of 5 clear lens replacements., 10, PK; LI 028: Lincoln Electric inside lens cover for Viking 700G/750S/1840 series welding helmets; 3.78 inch x 2.03 inch; package of 5 clear lens replacements., 5, PK; LI 029: MERV 16 (HE) filter media for Lincoln Electric Mobiflex 200M fume extractors. Lincoln Electric PN# 1673-9, 3, EA; LI 030: Lincoln Electric 1GC portable fume extractor One-Pak. High vacuum 70-90 WG', low volume 55-115 CFM, air speed 4000-5000 ft/min, weld fume extractor; filter cleaning system integrated; automatic start/stop sensor; 74dBA noise output; includes base unit, aluminum suction nozzle, 8 ft long x 1-3/4 diameter flexible hose, filter cartridge, 12 ft. power cord., 4, KT; 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, MICC End User 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. MICC End User 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/da866977677380c996acb95ba0aa2237)
 
Place of Performance
Address: Fort Eustis, VA 23604
Zip Code: 23604
Country: US
 
Record
SN05192047-F 20190112/190110230041 (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  © 1994-2020, Loren Data Corp.