SOLICITATION NOTICE
99 -- FBI Tactical Ladder Systems
- Notice Date
- 3/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 15F06718Q0005483
- Archive Date
- 3/28/2018
- Point of Contact
- Matthew Simmers, Phone: 7033225986
- E-Mail Address
-
matthew.simmers@ic.fbi.gov
(matthew.simmers@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 15F06718Q0005483 and it is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The applicable North American Industry Classification System (NAICS) code is NAICS 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing. This is a small business set-aside with a size standard of 750 employees. The Federal Bureau of Investigation (FBI), Science and Technology Acquisition Unit, Chantilly, VA intends to establish a single award, firm-fixed price type contract for the equipment listed below associated with this RFQ. Delivery is Destination is Quantico VA. Item Description Quantity Atlas ATL Tactical Ladder Kit Kit Number: AK-ATL-15-LEO (Or Approved Equal) 3 Shipping 1 Each kit must include the following parts or approved equal parts: ALUMINUM ATL 7FT SECTION (QT: 2) JOINING SECTIONS (PAIR) MULTI-HANDLE HOOKS (QTY: 4 PAIR = 8 TOTAL) MSIG SLED DOG PACK MSIG SPEED CLIPS ATL - RACC KIT Salient Characteristics: • Ladder kit must be able to operate independently as two, separate 7 foot rigid ladders or as one, 15 foot rigid ladder. • The transition from 7ft ladder to 15ft ladder must not require the use of tools. • Ladders must be collapsible for easy transport. • The kit must include an integrated backpack that is capable of carrying both the ladders in the 15ft configuration or one, 7 ft ladder. • The ladder must be able to be used to safely negotiate vertical obstacles, bridge gap, as well as transport casualties (double as a rigid litter). • When used in the vertical configuration, the ladder must possess the capability of being used to hook the top of an obstacle. This increases the overall effective reach of the ladder. • When transporting casualties, the ladder system must be capable of securing a casualty with a harness to the ladder to insure safe transport during vertical and horizontal hoist operations. • The ladder must be hoistable in both vertical and horizontal hoist operations • The ladder must possess the ability to be configured as a structural A-frame. This affords the user the ability to utilize the ladder as either a high point or redirect in rope work operations. • Weight of each 7 ft section: Max 10lbs • Load Capacity per 7ft section: Minimum of 400lbs (in vertical or bridging configuration. As well as, in the structural A-frame configuration) The Government intends to base award determination on lowest priced, technically acceptable quotation. Quoters are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items and 52.212-2 Evaluation Commercial Items. The contract award will be offered to the lowest price technically acceptable quote made to the Government. All Quoters must be registered with the System Award Management (SAM). Quoters who are not registered with SAM (https://www.sam.gov/portal/SAM/) shall be considered nonresponsive and will not be considered in the evaluation. FAR 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions are required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far. SUBMISSION OF QUOTATIONS: Quotation must be received no later than 10:00 a.m. EDT on March 13, 2018. The anticipated date of award will be approximately March 15, 2018. Questions regarding this solicitation must be received by email no later than March 9, 2018 to the names listed below. Questions will not be addressed via telephone. Quotations will only be accepted by email. All quotations must be submitted to the Contract Specialist, Mr. Matt Simmers at matthew.simmers@ic.fbi.gov. Include the following in your subject line: Quotations submitted in response to 15F06718Q0005483 Quote shall be good for 30 calendar days after close of RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/15F06718Q0005483/listing.html)
- Place of Performance
- Address: Quantico, Virginia, United States
- Record
- SN04844666-W 20180308/180306231531-cb3fbfb801fc0775b662c1c0255b97ec (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 |