Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18,2000 PSA#2517

Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20001-4518

42 -- CHEMICAL DEFENSE KITS SOL USSS000010 DUE 012600 POC George Robertson, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, Email NONE WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=USSS000010&Lo cID=38. E-MAIL: George Robertson, NONE. 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. USSS000010 is issued as a request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-14. This action is a 100% small business set-aside. The SIC code is 3089 and the size standard is 500 employees. The following Federal Acquisition Regulation (FAR) Clauses are applicable: 52.212-1, Instructions to Offerors-Commercial Items (Nov 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 1999); 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 11, 12, 13, 14, 15, 16 and 23. Fill in for 23 as follows: "ten (10) days after award." FAR clause 52.217-5 Evaluation of Options (Jul 1990) and 52.217-7 Option for Increased Quantity -- Separately Priced Line Items (Mar 1989). Fill-in for 52.217-7 is as follows: "period of time up to and including September 30, 2000." REQUIREMENTS: The U.S. Secret Service has a requirement for three thousand (3000) chemical defense kits, with an option for up to an additional two thousand (2000) kits, optional quantities may be partially exercised. Each kit is to be packed with a large print full descriptive insert. At time of award, Government will provide final format for the insert to be used for all kits supplied by contractor. The insert should be easily viewed from the outside of the bag. Item 0001, Chemical Defense Kit. Sub-item 0001AA -- Packing Bag: overpack bag, 6-mil plastic, clear, and non-yellowing must becapable of being vacuum packed and sealed. "Tear Open" notch to be placed in top right corner. Sub-item 0001AB -- Black Butyl gloves: 7 mil. Black butyl gloves, NSN 8415-01-138-2503/2, five finger gloves, long sleeve, cement-dipped, "rough" grip on fingers and palm. Sub-item 0001AC -- Arm Band ID holders: 4 5/16" x 4 5/8", Velcro adjustable elastic band, band to be black or navy blue, ID holder dimensions to be minimum of 2 34" x 3 7/8" and be clear plastic. Sub-item 0001AD -- Tyvek-F Chemical Protective Coverall Suits with permanently attached hood and booties, elastic ankles, wrists and hood: Tyvek-F suits, seamless, must meet OSHA/ANSI standards, zipper must be taped, stitched and sealed with double layer, Color-gray. Sub-item 0001AE -- HAZMAT 12" high boot cover: Seamless yellow latex over-booties, to be worn over Tyvek suit booties and over shoes/boots, "rough" and "ribbed" bottom finish for additional grip, 12" high, 0.7mm min, capable of being compressed into the "kit", to come as pairs. Item 0001AF -- M295 Chemical Decontamination Mitt. U.S. DOD M295 decon mitt, packed in a foil wrap, "Ambergaurd XE-555" absorbent mixture containing sulfonic acid, and a hydroxylamine-containing resin. Entire contents to be impregnated and covering the mitt. Design is to allow for both absorbing and neutralizing of chemical agents. Quantity of 3,000 shall be shipped 1000 -- X-Large, 1000 -- Large and 1000 -- Medium. Optional quantities will be determined at the time the option is exercised. Shipment is FOB Destination, all freight included in the offered price, within 6 weeks after receipt of contract. Delivered to the U.S. Secret Service Technical Security Division, 843 Brightseat Road (Rear), Landover, MD 20785. EVALUATION PROCEDURES: Offerors shall provide a sample kit of the "Large" size, containing all items/sub-items for Government evaluation. A descriptive insert, one page only, shall be prepared by the contractor and included in the sample kit. Sample kit shall be forwarded directly to the Technical Security Division at the address provided above Attn: David Cohen. Offerors shall provide technical product literature describing the offered item with sufficient technical information for the Government to be able to determine that it is technically sufficient per the specification. Each kit shall then be graded as "acceptable" or "unacceptable" in accordance with specification of the item/sub-items, to include adequate workmanship considerations. This technical product information shall be provided with the sample kit. CONTRACT PROPOSAL: Each offeror shall provide the following to the Procurement Division: 1) A pricing proposal with a price per kit, a grand total for the base quantity of 3000 kits, and option pricing for an additional 2000 kits, with the price of each kit and a grand total option price. 2) Points of contact by name, telephone number, and organization with which you have had contracts within the last eighteen months. If the company has not been in existence for eighteen months, provide resume information on corporate staff. The references will be contacted for comments. This past performance information shall be graded as acceptable, unacceptable or neutral. 3) Technical product literature, and 4) A completed and signed copy of the Representations and Certifications (FAR 52.212-3) and Veterans Reporting Requirements. Copies of the FAR clauses cited herein are available on the Internet at www. arnet.gov/far. A copy of the required Representations and Certifications may be obtained from the U.S. Secret Service Procurement homepage at www. Treas.gov/usss/proc. Award shall be made to the technically acceptable, lowest priced responsible offeror with acceptable past performance whose offer conforms to the terms of the solicitation as stated herein. Offers and sample kits are due by not later than January 26, 2000 at 3 p.m. Eastern Time. Offers shall be addressed to the following: U.S. Secret Service, Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC 20001, Attn: George Robertson. No facsimile proposals may be sent. See Note 1. Posted 01/13/00 (D-SN415890). (0013)

Loren Data Corp. http://www.ld.com (SYN# 0203 20000118\42-0001.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page