Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

42 -- Fire Fighting Rescue, Rigging, and Pulley Kits

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 Gaffney St, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00604-14-T-3139
 
Response Due
9/12/2014
 
Archive Date
3/11/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is N00604-14-T-3139 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 314994 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-12 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Honolulu, HI 96818 The FLC - Pearl Harbor requires the following items, Exact Match Only, to the following: LI 001: CMC Rope Rescue Team Kit With 4 Fire Rescue Harnesses - (MFR PART NO 501058) consists of the following items: Rectangular Litter Rectangular Litter Insert One-Piece Patient Tie-In System Pelvic Harness; Litter Pack Lifesaver Victim Harness;ProSeries Litter Harness ProSeries Litter Harness Bag; ProTech Auto-Lock Carabiner Gibbs Ascender (2); ProSeries Manual-Lock Carabiners (4); ProTech Manual-Lock Carabiners; (13); Rescue 8 (4) FastLink Pick-Off Strap; Long Prusik Loop (4); Short Prusik Loop (8); FastLink Anchor Strap (2) Anchor Strap Sleeve (2); Adjustable Litter Strap (4); Etrier with Tie In; 1? Web ? 40? (2?20?); 1? Web ? 24? (2 x 12?); 1/2? Rescue Lifeline ? 200?; 1/2? Rescue Lifeline ? 200?; UltraPro 4 Edge Protector Edge Pad ? XL; Shasta Gear Bag; Truck Cache; #2 Rope Bag (2); Personal Gear Bag (4); Riggers Gloves (4 pairs); Pro Pocket (4); EOS Headlamp (4); ESS Striketeam Goggles (4); CMC Rope Rescue Manual; CMC Rope Rescue Field Guide (4); Large Multi-Loop Strap (4); CMC Rescue Kask Helmet (4) TRADITIONAL RIGGING KIT ALSO INCLUDES FIRE RESCUE HARNESSES- ProSeries Pulley (5); Anchor Plate Load Release Strap (2); Rescue Rack ProSeries Screw-Lock (11); ProTech Oval Long Prusik Loop Short Prusik Loop (3);Fire-Rescue Harness (4) NFPA 1983 and NFPA 1951 compliant., 3, EA; LI 002: CMC AZTEK Rigging Kit Item (MFR PART NO.500104) consists of the following items: -CMC Rescue AZTEK Omni Pulley Set, (one blue, one orange) ? UL Classified to NFPA 1983 (2012 ED.) -Quick Pin for AZTEK Omni Pulley -AZTEK ProSeries Cord, 8-mm, Hi-Viz orange, 50? w/ Sewn-Eye Termination - 16.5 kN (3,709 lbf) -AZTEK Edge-Pro Tubular Webbing, 24? ProTech? Aluminum Manual-Lock Carabiner w/ removable keeper ? 31 kN (6,969 lbf) -AZTEK Bound-Loop Prusik, orange (6 mm) ? 9? -AZTEK Bound-Loop Prusik, blue (6 mm) ? 9? -AZTEK Bound-Loop Purcell, blue (6 mm) ? 42? -Maillon Rapide Quick Link, Oval (7 mm) ? 27kN (6,065 lbf) NFPA 1983 and NFPA 1951 compliant., 8, EA; LI 003: CMC CSR Pulley Kit (MFR PART NO. 500102) consists of the following items: -1/2? Static-Pro Lifeline (1 x 200?) -CSR Pulley -CSR Double Pulley -ProSeries Aluminum Manual-Lock Carabiner (2) -#3 Rope Bag NFPA 1983 and NFPA 1951 compliant., 6, EA; LI 004: SHIPPING TO: FEDERAL FIRE DEPARTMENT HEADQUARTERS 650 CENTER DRIVE, BLDG 284 HONOLULU, HI 96818, 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, FLC - Pearl Harbor 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. System for Award Management System for Award Management System for Award Management Maintenance New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - CCR Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/ Clauses Incorporated by Reference http://farsite.hill.af.mil/ Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Electronic Submission of Payment Requests Transportation of Supplies by Sea Prohibition of Hexavalent Chromium (May 2011) Levies on Contract Payments Wide Area Workflow (WAWF) Offeror Reps and Certs (Attachment 002) F.o.b. Origin and/or F.o.b. Destination Evaluation REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (Attachment 001) Disclosure of Information to Litigation Support Contractors (Feb 2014) Requirement to Inform Employees of Whistleblower Rights FOB Destination Questions regarding this request for quote must be submitted by [11 Sep 2014 / 11PM HST]. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-14-T-3139/listing.html)
 
Place of Performance
Address: Honolulu, HI 96818
Zip Code: 96818
 
Record
SN03501795-W 20140911/140909235353-aa55faae7673220f4f9183cd74226d5b (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.