|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1999 PSA#2423FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 99 -- MISCELLANEOUS-HOOK AND LINE KITS SOL N00189-99-T-H559 DUE 091099
POC Dawn Sunkins at 757 443 1423 or fax 757 443 1442 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in 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. Request for Quotes are hereby
requested under RFQ N00189-99-T-H559. This RFQ incorporates provisions
and clauses that are in effect through Federal Acquisition Circular
97-12. FISC Acquisition Department, Norfolk, VA intends to purchase the
following items brand name or equal to manufacturer's, PW Allen &
Company, LTD, brand Mk2 for hook and line kit-a two-line kit for search
and disposal of IEDs in vehicles. This acquisition is for thirty-nine
(39) Mk2 or equal kits with an enhanced hook and line kit with a wide
range of components for dealing with IEDs in vehicles. The kit contains
hooks, rope and wire slings, pitons, seizers, crocodile grips, vice jaw
grips, suction pad anchors, shock cords and snatch blocks. Two 120m
colour coded lines are included allowing complex operations to be
carried out. Also, the Mk2 kit provides a variety of components for
assisting entry to vehicles as well as for dragging and removing
suspect packages and interior fittings. Hooks and grippers included can
be used for opening doors and glove compartments; grippers, hooks and
seizers can be used to attach a line to clothing, packages and seats.
Additionally, Mk2 kit is supplied in a metal case with separate reels.
The following characteristics are essential to the needs of the
Government. These characteristics will be used by the Government for
evaluation purposes to determine whether "equal products" offered in
accordance with the clause entitled "Brand Name or Equal" [DFARS
252.211-7003] are equal in all material respects to the brand name
product referenced herein. The Manufacturer is PW Allen & Company, LTD
The following is a list of salient characteristics for the acquisition
of MK2 hook and line kits: Reel, 300mm dia., winding handle,
anti-runout clutch (x2); Line, 5.5mm dia., 120m, 750kg strength, low
stretch, white-; Line, 5.5mm dia., 120m, 750kg strength, low stretch,
black & red; Hook, treble barbed tang(x2); Snatch block, max. load
1350kg, swivel eye(x4); Hook, single plain tang, 12mm dia., male
thread(x2); Hook single plain tang, 25mm dia., male thread(x2); Hook
single plain tang, 50mm dia., male thread(x2); Hook double plain tang,
25mm dia., male thread(x2); Hook double barbed tang, 25mm dia., male
thread(x2); Ring, 25mm dia., female thread to fit male thread
hooks(x5); Fish Hook, sharp treble tang barbed hook with eye (x2); Rope
Sling, 3mm dia., 2m, 240kg strength (x2; Rope Sling, 4mm dia., 2m,
390kg strength (x2); Rope Sling, 5mm dia., 2m, 550kg strength (x2; Wire
Sling, 1.5mm dia., 2m, 170kg strength (x2; Wire Sling, 2mm dia., 2m,
340kg strength (x2); Wire Sling, 3mm dia., 2m, 530kg strength (x2);
Piton, 50mm shaft length, 4 to 9mm shaft thickness (x2); Piton, 70mm
shaft length, 1.5 to 6mm shaft thickness (x2); Piton, 70mm shaft
length, 4.5 to 10mm shaft thickness (x2); Piton, 80mm shaft length, 3.5
to 9mm shaft thickness (x2); Karabiner, screw gate, opening: 15mm,
2400kg max. load (x4); Suction Pad Anchor, double pad, 118mm pad dia.,
315mm o/a; Suction Pad Anchor, single pad, 118mm pad dia., (x2); Shock
Cord, 10mm dia., 2m; Shock Cord, 10mm dia., 1m(x3); Shock Cord, 12mm
dia., 2m; Shock Cord, 12mm dia., 1m (x3);Seizers, serrated locking
jaws, 35mm jaw length, 175mm o/a (x2); Allen grip, toothed jaws,
tension assisted grip, 50mm opening (x2); Self Grip Anchor, serrated
locking jaws, eye, 250mm o/a. Delivery is FOB destination to Supply
Officer V55322, COMEODGRU TWO, 2520 Midway Road, Suite 100, Norfolk, VA
23521-3323. All offerors proposing other than FOB destination may be
ineligible for award. The following FAR provisions and clauses apply to
this solicitation and are incorporated by reference: FAR 52.212-1
Instructions to Offerors-Commercial and FAR 52.212-2
Evaluation-Commercial Items. Offerors shall include a completed copy of
the provision at FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, with its offer. Clause FAR 52.212-4
Contract Term and Conditions Required to Implement Statutes and
Executive Orders-Commercial Items applies to this acquisition. All
offerors are hereby advised of the requirement to submit descriptive
literature pursuant to DFARS 252.211-7003-Brand Name or Equal, in order
to be considered for award. All offers are due no later than 4:00 P.M.
Eastern Standard Time on 10 Sep 98. An award will be made to the
lowest priced technically acceptable offeror. At a minimum, offerors
should provide this office with the following: a price proposal on
letterhead or a SF 1449 for the requested items; include unit price,
extended price and total price proposed. Include prompt payment terms,
remittance address, product description, a commercial price list for
each item offered and a completed copy of FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items. All offers shall
be sent to Fleet Industrial Supply Center, Acquisition Group, 1968
Gilbert St., Ste. 600, Norfolk, VA 23511, Attn: Dawn Sunkins-Code
202C5, 757-443-1423 or fax 757-443-1442. Faxed responses are
acceptable, reference solicitation N00189-99-T-H559. Posted 08/30/99
(W-SN374302). (0242) Loren Data Corp. http://www.ld.com (SYN# 0371 19990901\99-0003.SOL)
99 - Miscellaneous Index Page
|
|