Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
SOLICITATION NOTICE

72 -- MARTIAL ART MATS

Notice Date
9/19/2011
 
Notice Type
Presolicitation
 
Contracting Office
1131 Chapel Crossing road, Glynco, GA 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLGL-11-Q-00408
 
Response Due
9/23/2011
 
Archive Date
3/21/2012
 
Point of Contact
Name: Jacquelyn Reed Bush, Title: Contracting Officer, Phone: 9122613631, Fax: 9122805343
 
E-Mail Address
jacquelyn.reed-bush@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number HSFLGL-11-Q-00408. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 300181. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be GLYNCO, GA 31524 The DHS Federal Law Enforcement Training Center requires the following items, Meet or Exceed, to the following: LI 001, MARTIAL ARTS MATS 1.The size of the individual mat should be adjustable to fit different dimensions within a training room. The mats should measure 40mm (1.5?) x 1 meter x 2 meters. The adjustment to the mats should not require technical expertise or any special tools to be sized and should be able to be cut to size with a utility knife. 2.The mat should be durable enough to withstand heavy use for a minimum of 5 years. For this requirement defines heavy use as 8 plus hours a day, 5 days a week and limited use of 4 hours or less a day, 2 days a week (Saturday and Sunday, non training days) 3.The vinyl of the mat should be resistant to tears, rips, or any other manner of damage other than normal wear and tear. The vinyl should be tested using the DIN 53363 test that utilizes the trapezoidal test specimen for tear strength. The tested tear strength should be a minimum or 45 pounds (tensile strength). Additionally the mat should be tested under the ASTM F 1566-99 protocols resulting in no vinyl tears or impressions being left in the mat. 4.The material of the mat should be flame resistant. The mat needs to meet the standard test method for critical radiant flux of floor-covering systems using a radiant heat energy source (ASTM E 648-99). The mat must also meet the National Fire Protection Association (NFPA) flame spread requirements in accordance with NFPA 101 Class II. 5.The underside material of the mat should be manufactured from a high grade of waffle patterned latex rubber that is bonded directly to the bottom of the mat and is identified as an anti-slip or non-slip surface that will hold the mat firmly in place. All corners of the mat should be thermally sealed. 6.The external material of the mat surface needs to be manufactured from a material that should help prevent ?mat burn? to the body, thus reducing injuries and the possibility of staph infections, skin and soft tissue infections or MRSA. 7.The mat should be fully-sealed so as to not allow any absorption of fluids, specifically infectious bodily fluids and blood borne pathogens. 8.The foam core of the mat should be made of a material that is resistant to mold, mildew, and any other form of infectious material. The inner core of the mat should be made from rebound foam that has no added filler of veneer or wood. The foam core must have an excellent resistance to abrasion, be cut resistant, impact resistant and in accordance with industry standards (DIN 53 571) have a high load bearing capability (tensile strength vs. density). 9.The weight of the individual mats should weigh 45 pounds plus or minus 2 pounds. The mat dimension should measure 40mm (1.5?) x 1 meter x 2 meters., 820, 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, DHS Federal Law Enforcement Training Center 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Law Enforcement Training Center is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. No partial shipments are permitted unless specifically authorized at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLGL-11-Q-00408/listing.html)
 
Place of Performance
Address: GLYNCO, GA 31524
Zip Code: 31524
 
Record
SN02582310-W 20110921/110919235207-df35ae8ce639b21f7b010daf75a9ae45 (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.