Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

42 -- Fire Rescue Tools Purchase

Notice Date
3/21/2024 9:35:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
 
ZIP Code
33039-1299
 
Solicitation Number
FA664824Q0004
 
Response Due
4/8/2024 10:00:00 AM
 
Archive Date
04/23/2024
 
Point of Contact
Viviane Filias, Sandy Guite, Phone: 786-415-7406
 
E-Mail Address
viviane.filias@us.af.mil, sandy.guite@us.af.mil
(viviane.filias@us.af.mil, sandy.guite@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA664824Q0004 This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2024-03, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC) 2023-0707 (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. NAICS Code is 423850, size standard: 125 (employees). (v) CLIN Nomenclature CLIN 001: Battery-Powered Spreader CLIN 002: Battery- Powered Cutter CLIN 003: Battery-Powered Combination Tool CLIN 004: Battery-Powered Small Ram CLIN 005: Ram Kit CLIN 006: Battery-Powered Large Telescopic Ram CLIN 007: Batteries CLIN 008: Chargers (vi) Description of items to be acquired- CLIN 001: Battery-Powered Spreader Quantity: 1 Description: Battery-powered spreader optimized for confined spaces. Spreading Width (mm/in): 805/31.6 Pulling Distance (mm/in): 618/24.3 Ingress Protection Rating: IP68 Highest Spreading Force (kN/lbf): 68/15,300 Lowest Spreading Force (kN/lbf): 46/10,350 Highest Pulling Force (kN/lbf): 52/11,700 Lowest Pulling Force (kN/lbf): 26/5,850 Nominal Pressure (bar/psi): 700/10,000 Saltwater Resistance: Yes CLIN 002: Battery- Powered Cutter Quantity: 1 Description: Cutting solution optimized for maneuverability and cutting efficiency. Cutting Opening (mm/in): 300/11.8 Nominal Pressure (bar/psi): 700 10,000 Saltwater Resistance: Yes Ingress Protection Rating: IP68 CLIN 003: Battery-Powered Combination Tool Quantity: 1 Description: Versatile tool offering cutting and spreading functionalities. Cutting Opening (mm/in): 343/13.5 Spreading Width (mm/in): 405/15.9 Pulling Distance (mm/in): 450/17.7 Highest Spreading Force (kN/lbf): 40/8,992 Lowest Spreading Force (kN/lbf): 29/6,519 Highest Pulling Force (kN/lbf): 57/12,814 Lowest Pulling Force (kN/lbf): 36/8,093 Saltwater Resistance: Yes Nominal Pressure (bar/psi): 700 10,000 Ingress Protection Rating: IP68 CLIN 004: Battery-Powered Small Ram Quantity: 1 Description: Compact robust ram Stroke (mm/in): 368/14.5 Length Extended (mm/in): 908/35.7 Force (kN/lbf): 111,3/25,021 Nominal Pressure (bar/psi): 700/10,150 Saltwater Resistance: Yes Ingress Protection Rating: IP68 CLIN 005: Ram Kit Quantity: 1 Description: Kit enhancing ram system making it adaptable to different emergencies Components: Angled V-Head /X-Head/10-inch Extension/6 Inch Extension /Spanner Wrench/Pulling Shackles and Pins/Pulling Adapters/3 Inch Slip Fit Extension/Custom Carrying Case CLIN 006: Battery-Powered Large Telescopic Ram Quantity: 1 Description: Adjustable ram with telescopic extension stages. Stroke Stage 1 (mm/in): 428/16.9 Stroke Stage 2 (mm/in): 372/14.6 Length Extended (mm/in): 1387/54.6 Force Stage 1 (kN/lbf): 62/24,279 Force Stage 2 (kN/lbf): 108/13,938 Operating Pressure (bar/psi): 700/10000 Saltwater Resistance: Yes Ingress Protection Rating: IP68 CLIN 007: Batteries Quantity: 6 Description: 18V Milwaukee Battery for tools Compatible Systems: All EFORCE tools CLIN 008: Chargers Quantity: 4 Description: M18 Dual Battery Rapid Charger to charge batteries Compatible System: 5 Ah Milwaukee 18v battery Quote packages should include: cost of all required equipment and any applicable shipping charges required. (vii) Period of Performance: Please indicate delivery period on Quote. Ship Address to: FIRE DEPARTMENT 12449 PLOESTI RD BLDG 232 RM 127 HOMESTEAD, FL 33039-1299, US FOB: DESTINATION System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information. If you are not registered, and active (with a CAGE Code), you cannot receive an award. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. SPECIAL INSTRUCTIONS: ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: Offerors shall submit quotes via email, to Viviane Filias at viviane.filias@us.af.mil and Sandy Guite at sandy.guite@us.af.mil. Please note the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the CS and CO at least 2 business days prior to closing of the solicitation to request a link be sent to you. � Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664824Q0004/Company Name/Email X of X (insert number of the email and total number of emails) PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: UEI: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: Warranty (if applicable): Technical Capability Information: Provide specification sheets/details for the products your firm is proposing to fulfill the requirement. This information will be used to determine the technical acceptability of the product offered. Technical Capability Information is included �Description of Items to be Acquired� section (vi) above. (ix) �The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM to 52.212-2, Evaluation � Commercial Items. 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. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: Price Technical capability of the item offered to meet the Government requirement. Past Performance (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications) and past performance on a pass/fail basis (based on FAPIIS exclusions). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. For your convenience all applicable provisions and clauses are included in the attached Solicitation � FA664824Q0004 (Attachment 1). (xiv) Additional Contract Requirement or Terms and Conditions: N/A (xv) Defense Priorities and Allocation System (DPAS): N/A (xvi) Proposal Submission Information: Offers are due by 8 April 2024 at 1:00 PM Eastern Standard Time (EST) via electronic mail. (xvii) For additional information regarding this solicitation contact: Sandy Guit� at sandy.guite@us.af.mil, and Viviane Filias at viviane.filias@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df6905dff17d441fab0f192365adcb8d/view)
 
Place of Performance
Address: Homestead, FL 33039, USA
Zip Code: 33039
Country: USA
 
Record
SN07005101-F 20240323/240321230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.