Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2018 FBO #6081
MODIFICATION

42 -- KIDDE Haz-Mat Trainer, portable Haz-Mat Tanker Simulator

Notice Date
7/16/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
6510 Wetzel Ave, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
CarsonFESRWF0001
 
Response Due
7/23/2018
 
Archive Date
1/19/2019
 
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
Total Small Business
 
Description
AMENDMENT NOTICE: 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 CarsonFESRWF0001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160 with a small business size standard of 0.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-07-23 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Portable Haz-Mat Tanker Simulator designed for training of emergency responders in response to hazardous chemical spills and leaks, Creates the training environment of training for rail car and roadway tanker Haz-Mat response, The portability allows for training at almost any location, Multiple simulations allow for single objective, as well as more complex multiple objective scenarios. The portable Haz-Mat trainer simulator is extremely versatile giving users the ability scenarios such as: Chlorine dome leak Gasoline dome leak Ammonia dome leak Multiple tank fuel leaks œHot Tapping  sacrificial 2 ™ X 4 ™ panel for drill Bonding and grounding simulation 90 degree rolled tank simulation Chlorine one ton training end, 1, EA; LI 002: Approx. 14' length, tube diameter is 72", includes (2) flanges for the tanker valve mockup. The assembly is fabricated of Stainless Steel (22ga) for the cylinder and SS (Stainless Steel) square tube for the frame. It will include a locking indexing mechanism and gas shock supports. Maximum mockup tilt will be 1/4 turn towards street side., 1, EA; LI 003: Platform with railings and access stair, aluminum grip-strut platform deck with fixed railing around perimeter, cutouts in platform for (2) tanker valve mock-up flanges; access stair is fixed to side of tanker and will rotate with tanker mock-up, 1, EA; LI 004: Indian Springs Chlorine Dome trainer mounted on top, 1, EA; LI 005: MC 306/MC 406 Dome to simulate leaking dome lids found on gasoline cargo tanks. Once pressurized with water the vent will open and begin to leak. HazMat team members will be able to practice application of clamps. This unit may be used to satisfy training requirements cited by NFPA 472 (10-4.1.1), 1, EA; LI 006: Tanker Rupture Prop: two panels with ruptured openings near center of panel; interior of rupture covered with water jacket with standard hose barb water connections., 1, EA; LI 007: Honda EU2000i Generator Hand Held 2000 Watt Portable generator or equivalent., 1, EA; LI 008: Porter Cable Pancake Air Compressor Kit ”6-Gallon, Model# C2002-WK or equivalent., 1, EA; LI 009: Heavy duty extension cord, 1, EA; LI 010: Integral 48"L x 24"D x 24"H aluminum ATP lockable storage box mounted to rear of trainer mockup., 1, EA; LI 011: œHot Tapping  sacrificial 2 ™ X 4 ™ panel for drill, Bonding and ground simulation, 90 degree rolled tank simulation, 1, EA; LI 012: Chlorine one ton training end Portable Trailer System 24 ™ X 102  Custom flat deck trailer 102  Trailer width 12,000lb GVWR Tandem 6,000lb torsion electric brake axle suspension Aluminum frame and deck An electric drop leg jack, square jack model #SQ124-1 or equivalent 7,000lb with associate batteries, battery charger and battery enclosure. Welded safety chain 2 5/16  adjustable ball coupler Aluminum œAlcoa  wheels, 8-lug, set of (4) Trailer frame anchor system (to secure trailer to commercial flatbed for transport)(8) Flush mount œD  ring swivel 6,000lb on cargo floor positioned for easily strapping down load. D.O.T. Compliant lighting, LED lights Aluminum deck 3/8  thick, full welded seams Ramps to load car or helicopter deck if required Radial tires on machined modular wheels Storage box mounted above propane storage enclosure approximate size 60  L X 81  W X 24  H constructed of FRP with 1 solid exterior lockable access door on rear side, painted with fire engine red powdercoat finish, hinges to be stainless steel. Side enclosures for propane tanks, constructed of FRP with (2) exterior lockable access doors, painted with fire engine rd powdercoat finish, hinges to be stainless steel. U.S. DOT hazardous material placards mounted all four storage box sides. (2) propane tanks, Sleegers Engineering 24x60 SABW C W 1 Ό  vapor port, white powdercoat finish, to include liquid vapor and fill valves on each tank. DC winch 9,500lb pull capacity mounted on deck just behind propane enclosure., 1, EA; LI 013: Delivery to Fort Carson Colorado, 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, MICC End User 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User 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 bids. All responsible Offerors 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. 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 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 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34da8ed1ca5113c233f5b782fbd8e56f)
 
Place of Performance
Address: Fort Carson, CO 80913
Zip Code: 80913-7133
 
Record
SN04993211-W 20180718/180716231047-34da8ed1ca5113c233f5b782fbd8e56f (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.