Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

42 -- HAZWOPER EQUIPMENT

Notice Date
5/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 1792, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W800A801230104
 
Response Due
5/19/2010
 
Archive Date
11/15/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W800A801230104 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 FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100.00 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 2010-05-19 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT RILEY, KS 66442 The USA ACC MICC Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, SCBA SCOTT 30 MIN AL; Pressure-demand regulator has air-saver switch with automatic restart. Prevents air loss during donning and doffing. Single-stage pressure reducer mounts on back frame for better balance and less fatigue. Includes bell alarm. Hairnet with four-point suspension helps keep your hair from being pulled-gives you a more comfortable fit. Straps are made of military-grade, fire- and mildew- resistant cotton, ITEM # 32314; or equal., 8, EA; LI 002, Low Pressure 30-min. Aluminum Cylinder; Built around the DOT specifications and has a working pressure of 2216 psig. This Cylinder is rated for 30 minutes in duration and has free gas capacity of 45 SCF.ITEM # 13708; or equal., 8, EA; LI 003, LEVEL-A SUIT REAR ENTY TYCHEMT; Double-taped seams and multi-layered face shield (40-mil PVC, 5-mil PTFE Film, 20-mil PVC) offer exceptional chemical resistance. Gastight zipper and double storm flap cover provide secure closure. Barrier inner glove eliminates glove inversion and comes with your choice of Butyl or Viton outer gloves, Medium, ITEM # 144683M; or equal., 2, EA; LI 004, LEVEL - A SUIT REAR; Double-taped seams and multi-layered face shield (40-mil PVC, 5-mil PTFE Film, 20-mil PVC) offer exceptional chemical resistance. Gastight zipper and double storm flap cover provide secure closure. Barrier inner glove eliminates glove inversion and comes with your choice of Butyl or Viton outer gloves, Large, ITEM # 144683L; or equal., 2, EA; LI 005, LEVEL - A SUIT REAR; Double-taped seams and multi-layered face shield (40-mil PVC, 5-mil PTFE Film, 20-mil PVC) offer exceptional chemical resistance. Gastight zipper and double storm flap cover provide secure closure. Barrier inner glove eliminates glove inversion and comes with your choice of Butyl or Viton outer gloves, Xtra Large, ITEM # 144683XL; or equal., 2, EA; LI 006, SL Coveralls with Elastic Wrists, Ankles; Tychem SL Coveralls with Elastic Wrists, Ankles and Hood are longer with an up-to-the-chin zipper for a tighter seal around both half-mask and full-face respirators. Bound seams help prevent leakage at the usual stress points. Tychem SL is made of from a Tyvek base layer with a chemical-resistant Dow Saranex 23P film coating to increase the chemical resistance from solvents and many other hazardous liquids. The combination of the two layers makes a highly durable fabric that is resistant to tears and abrasions. Medium, ITEM # 149008M, or equal., 2, EA; LI 007, SL Coveralls with Elastic Wrists, Ankles; Tychem SL Coveralls with Elastic Wrists, Ankles and Hood are longer with an up-to-the-chin zipper for a tighter seal around both half-mask and full-face respirators. Bound seams help prevent leakage at the usual stress points. Tychem SL is made of from a Tyvek base layer with a chemical-resistant Dow Saranex 23P film coating to increase the chemical resistance from solvents and many other hazardous liquids. The combination of the two layers makes a highly durable fabric that is resistant to tears and abrasions. LARGE, ITEM # 149008L; or equal., 2, EA; LI 008, SL Coveralls with Elastic Wrists, Ankles; Tychem SL Coveralls with Elastic Wrists, Ankles and Hood are longer with an up-to-the-chin zipper for a tighter seal around both half-mask and full-face respirators. Bound seams help prevent leakage at the usual stress points. Tychem SL is made of from a Tyvek base layer with a chemical-resistant Dow Saranex 23P film coating to increase the chemical resistance from solvents and many other hazardous liquids. The combination of the two layers makes a highly durable fabric that is resistant to tears and abrasions., X-LARGE, ITEM # 149008XL; or equal., 2, EA; LI 009, 3M 6000 Full-Face Respirator Mask, Medium; RESP 3M LOW MNTNC,APR FF MEDIUM, NIOSH approved.ITEM # 38011M, or equal., 16, EA; LI 010, 3M Organic Vapors Cartridges; RESP OV CRTRDG 3M, ITEM # 15256; or equal. 16 Packages (2/package), 16, Packages; LI 011, Coliwasa Waste Samplers BRL PP 39 IN; COLWS BRL PP 1" Inch in Diameter x 39"Length, 460mL Cap., ITEM # 23648; or equal., 4, EA; LI 012, UNIDEN TWO WAY RADIOS; UNIDEN TWO WAY RADIOS, ITEM # 153492; or equal. 4 Packages (2/package), 4, Packages; LI 013, TARP 10 FT X 18 FT; TARP 10 FT X 18 FT FRGN 4.5 OZ H, ITEM # G53610; or equal., 2, EA; LI 014, Universal Drum Plug Wrench 13 1/4 IN. L; DRM WRENCH UNVRSL 13 1/4 IN. L, ITEM # 7657; or equal., 1, EA; LI 015, Drum Repair Kits; LEAK RPR KT W/STD TOOLS, ITEM # 35157; or equal., 1, EA; LI 016, Salvage Drums; 95 GAL Y LDPE 31 IN. D; DRM SLVG 95 GAL Y LDPE 31 IN. D, ITEM # 7507; or equal., 2, EA; LI 017, Plug N' Dike (LEAK RPR PREMIXED); LEAK RPR PREMIXED, ITEM # 39824; or equal., 1, EA; LI 018, Enclosed Haz-Mat Decontamination Shower; Rugged 14-oz. reinforced vinyl cover has a clear "skylight" roof and two zippered doors for entrance and exit. Components include frame with roof trusses, freestanding flexible fabric primary containment enclosure with 3/4" GHT drain fittings, fabric frame cover, quick-connect distribution manifold with five individually adjustable low-volume nozzles (four with magnetic bases), supply-side pigtail with master shutoff and a rugged, heavy-duty, zippered carry bag. Fully packed carry bag measures 62" x 16" x 12" and weighs 102 lbs. Assembled inside washdown area is 5' x 5' x 7'H. Flow rate: 6 gpm., ITEM # 92793; or equal., 1, EA; LI 019, GAS ALERT MONTR LEL; GAS ALERT MONTR LEL, ITEM # SPQC0032699601; or equal., 1, EA; LI 020, FREIGHT; FREIGHT,, 1, 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, USA ACC MICC Fort Riley 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. USA ACC MICC Fort Riley 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. 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 http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afc682cdaf4e33e284adb44f3e4c9862)
 
Place of Performance
Address: FORT RILEY, KS 66442
Zip Code: 66442
 
Record
SN02151923-W 20100519/100517235020-afc682cdaf4e33e284adb44f3e4c9862 (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.