Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2014 FBO #4518
SOLICITATION NOTICE

42 -- ROPE RESCUE EQUIPMENT - Required Cover Sheet

Notice Date
4/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-14-T-0072
 
Archive Date
4/25/2014
 
Point of Contact
JASON ALEXANDER, Phone: 11-81-611-745-8696, Nathan Mitchaner, Phone: 011816117458540
 
E-Mail Address
JASON.C.ALEXANDER@USMC.MIL, nathan.mitchaner@usmc.mil
(JASON.C.ALEXANDER@USMC.MIL, nathan.mitchaner@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Required Cover Sheet This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0072 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Defense Acquisition Circular 91-13. The FSC code is 4240 and the NAICS code is 423990. The Government is soliciting quotes for the purchase of a Rope Rescue Equipment. The Government intends to issue a single award to the responsible quoters whose quote is the most advantageous to the Government considering Technical Acceptability and Price. The quote shall contain all requested products as the contract award will be made in aggregate to one quoter. Therefore, any quote received without all products priced will be excluded from competition. This is a "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the "equal" item technical specifications or the required coversheet may result in your quote being considered non-responsive by the Government. All quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered 30 days after the award. Please see the below for the requirement's details: CLIN 0001: LINE PROJECTILE REFERENCED MFR: CMC REFERENCED PART#: 564060 -Line Projectile for delivering a messenger line or a Sling Projectile for deploying an inflatable sling. -Each line should have its own compact container, ready for instant deployment. -The Complete Kit packed in a rugged Pelican Case with molded liner. -Launcher should be with Folding Stock -Units should contain Streamline Line Projectile with two spare molded projectile protectors and Streamline Sling Projectile with two spare molded sling burst capsules with 500 ft. (152 m) messenger line with compact line container (2.2 kN/500 lbf.) test 275 ft. (84 m) -Polyspectra Water Rescue Line with compact line container -CO2 capsules and water soluble bobbins, (Pack of 5) Spares Kit -Corrosion Block Lubricant/Rust Inhibitor, 4 oz. (113 g) -Streamline Nozzle Protectors, (Pack of 5) -Operations Manual QUANTITY: 02 ea CLIN 0002: D CARABINERS REFERENCED MFR: CMC REFERENCED PART#: 300233 -Standard size screw lock Aluminum carabiners to meet NFPA strength requirements for general use. -Carabiners should have key-lock design -Gate provides a full 1.1 inch (28 mm) opening on the standard size version -Color: Red QUANTITY: 50 ea CLIN 0003: MULTI-PURPOSE DEVICE (MPD) ROPE RESCUE SYSTEM REFERENCED MFR: CMC REFERENCED PART#: 333000 -11mm Multi-Purpose Device (MPD) for lowering to raising without changing hardware. -System should include: A Pulley, with an integral rope-grab mechanism, allows it to be used as a lowering device on the main line and belay line systems and be quickly changed over to a raising system without switching out or replacing hardware. -Color: Red QUANTITY: 05 ea CLIN 0004: LINE DELIVERY KIT REFERENCED MFR: PMI REFERENCED PART#: LT41010 -Kit should Include: Two (2) 4 ft fiberglass poles line reel with pole clamps 300-feet of monofilament line, 300-feet of Neon 3 line Throwline bag Eight (8) 10-oz throw weights Replacement tubing and carrying case Height: 10.75 (27.3 cm) Width: 7.50 (19.0 cm) Length: 51.50 (130.8 cm) Weight: 14.31 lbs (6.490 kg) QUANTITY: 02 ea CLIN 0005: SINGLE SWIVEL PULLEY REFERENCED MFR: CMC REFERENCED PART#: 300430 -Prusik-minding pulley (PMP) for high anchor points or tripod use -Rotating swivel aligns the rope with the direction of the pull. -Stainless steel sheave can be used with either rescue rope or wire cable. -Prusik-minding side plate which opens without having to disconnect the pulley from the anchor -A double-detent button to prevent accidental opening of side plate -Sealed ball bearings -Sheave Tread Size 1-1/2 x 1/2 in (38 x 13 mm) QUANTITY: 10 ea CLIN 0006: DOUBLE SWIVEL PULLEY REFERENCED MFR: CMC REFERENCED PART#: 300432 -Aluminum sheaves and a becket. -Includes Stainless steel sheave to allow use with wire cable -Prusik-minding side plate which opens without having to disconnect the pulley from the anchor -A double-detent button to prevent accidental opening of side plate -Sealed ball bearings to provide maximum efficiency -Sheave Tread Size 1-1/2 x 1/2 in (38 x 13 mm) QUANTITY: 05 ea CLIN 0007: SINGLE PULLEY REFERENCED MFR: CMC REFERENCED PART#: 300501 -Machined the side plates -No bent metal side plates -Sheave Size: 1 x 7/16 in (25 x 11 mm) QUANTITY: 10 ea CLIN 0008: DOUBLE PULLEY REFERENCED MFR: CMC REFERENCED PART#: 300502 -Stainless steel hardware -Machined the side plates -No bent metal side plates -Sheave Size: 1 x 7/16 in (25 x 11 mm) QUANTITY: 05 ea CLIN 0009: TECHNICAL RESCUE RIGGING PLATE REFERENCED MFR: RESCUE TECH REFERENCED PART#: 603215 -Multi-Hole Design with Multiple rigging options -Manufactured of Alloy Aluminum -Length: 6.25" (157.5mm) -Weight: 8 oz. -Width: 3.75in (94.5mm) -Strength: 8993 lbf. (40kN) -WLL: 900 lbs. (409 kg) -Hole Size: 3/4in (19mm) QUANTITY: 08 ea CLIN 0010: AIR SUPPLY HOSE REFERENCED MFR: RESCUE TECH REFERENCED PART#: 20095458H -Hansen fittings (3/8 in) -Length: 100 ft QUANTITY: 34 ea CLIN 0011: GIBBS ASCENDER REFERENCED MFR: CMC REFERENCED PART#: 340006 -Stainless Steel -Can be utilized as a ratchet in haul systems -Can be utilized for litter-hauling system -Spring-loaded -Fits rope from (7/16 to 1/2 in) QUANTITY: 08 ea CLIN 0012: LITTER SHIELD W/O CLAMPS REFERENCED MFR: CMC REFERENCED PART#: 740000 -Protects patients from further trauma during litter evacuations and carry-outs -This device is made to deflect falling rocks inclement weather brush -Color: clear -Molded of thick Lexan QUANTITY: 08 ea CLIN 0013: LITTER SHIELD CLAMPS REFERENCED MFR: CMC REFERENCED PART#: 740012 -Used for attaching litter shield to litter -25mm Clamps -Attaches to plastic rails -Must be compatible with CLIN0012 QUANTITY: 08 ea CLIN 0014: LOAD RELEASE STRAPS REFERENCED MFR: CMC REFERENCED PART#: 201108 -Load Release Strap required for sizing and tying a load-releasing hitch -Constructed from web and hardware -large D-ring on the load end for multiple carabiners -Wide web and multiple wraps for control during release -Extended Length 32 in (81 cm) QUANTITY: 08 ea The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013) DFARS 252.211-7006 Passive Radio Frequency Identification (Sep 2011), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provision Clauses apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011), FAR 52.233-3 Protest After Award (Aug 1996). Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in a quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to jason.c.alexander@usmc.mil NLT 1800 EST on 08 Apr 2014. Quoters shall submit their response to this RFQ via email to jason.c.alexander@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 10 Apr 2014. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-Far East NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-14-T-0072/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376, Tracy, California, 95376, United States
Zip Code: 95376
 
Record
SN03331008-W 20140408/140406233202-5e8566b6d222c9f076d7a9cd28c76365 (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.