Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

38 -- Draeger Equipment and Parts for Mine Rescue - Name Brand Justification

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
465-12MR-1934
 
Archive Date
8/18/2012
 
Point of Contact
BRANDI M BRINSON, Phone: 304-256-3104
 
E-Mail Address
brinson.brandi@dol.gov
(brinson.brandi@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Name Brand Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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 465-12MR-1934 and is issued as a request for quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333999. FOB Destination shall be to 25813. The Mine Safety and Health Administration requires the following items, Brand Name ONLY will be accepted. New ONLY; NO remanufactured or "gray market" items. All items must be covered by any manufacturer's warranty if any is offered. Quotes MUST be good for 30 calendar days after close of solicitation. 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. The following brand name brand items are being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/Draeger R34330 minimum valve complete/1/EA 0002/Draeger R33588 Breathing connector plug/4/EA 0003/Draeger R56326 FPS7000 Mask, Medium BG4/1/EA 0004/Draeger R34630 Control line Upgrade kit/1/EA 0005/Draeger R33125 Yellow Breathing bag/2/EA 0006/Draeger 4058167 filtermats, 50 per package/30/PK 0007/Draeger 6737985 Dragersorb 400, Keg/88/EA 0008/Draeger 830229 BG4 Carbon Fiber Cylinder/6/EA 0009/Draeger DM6 BG4 Dryer with heater/1/EA 0010/Draeger R33777 BG4 test accessories kit/1/EA 0011/Draeger AG02690 test it CCBA test kit/1/EA 0012/Draeger 4056567 face mask tester BG4/1/EA 0013/BG4 Masterline Oxygen Booster Pump Mod 7000A-2 - MUST HAVE (4) cylinder adaptors on the manifold designed for Draeger cylinders/1/EA 0014/Draeger Hand tight fill connector with dust cap/4/EA Shipping/Delivery: Items to be shipped to: National Mine Health and Safety Academy Attn: Virgil Brown 1301 Airport Rd Beaver, WV 25813. Shipping shall be FOB: DEST and provided by the supplier. Required Date: Within 2 weeks of contract award. PERIOD OF PERFORMANCE: Delivery to be completed within 2 weeks of contract award. PLACE OF PERFORMANCE: National Mine Health and Safety Academy 1301 Airport Rd Beaver, WV 25813 The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-5, Material Requirements; 52.211-6, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Combating Trafficking in Persons; 52.222-5, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-1, Payments; 52.233-1, Disputes, Alternate I; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.219-6 Notice of Total Small Business Set-Aside Addenda to 52.212-2, Evaluation-Commercial Items No telephone calls will be accepted. The Government will award a firm fixed price purchase order resulting from this request to the responsible offeror whose quotation conforms to the request is the lowest price/technically acceptable. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUGUST 2009)with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). Quotes must be received by Brandi Brinson, Contract Specialist, no later than 3:00 PM (EST) on August 3, 2012. Quotes will be accepted by e-mail at brinson.brandi@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2010 or Adobe and valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by July 27, 2012 at 2:00 PM (EST). Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/465-12MR-1934/listing.html)
 
Place of Performance
Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02811153-W 20120722/120721000432-fefc947fc6e10984b9cece6ae44dbf9f (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.