Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2022 SAM #7408
SOLICITATION NOTICE

42 -- 529-22-1-594-0007 | Fire Department Respiratory Protection Equipment

Notice Date
3/11/2022 11:54:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0499
 
Response Due
3/15/2022 7:00:00 AM
 
Archive Date
04/29/2022
 
Point of Contact
Derrick L. Maruski, Contract Specialist, Phone: 412-822-3744
 
E-Mail Address
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
 
Awardee
null
 
Description
Page 6 of 6 Page 1 of 6 This is a Combined Synopsis/Solicitation for Fire Department Respiratory Protection Equipment, as prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price; Purchase Oder is anticipated. The solicitation number is 36C24422Q0499 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04 dated 01/30/2022. This solicitation is UNRESTRICTED and the associated NAICS code 339113 has a small business size standard of 750 employees. Schedule of Requirement/CLINS The following Salient Characteristics MUST be met. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 EA __________________ __________________ SCBA Respiratory Protection to include the following: 2018 Ed Air-Pak X3 Pro w/Snap-Change $ 5,481.00 Each $ 65,772.00 Harness Type: Parachute Buckles Pro Pressure: 4500 Belt Type: Standard Regulator: Ez Flo Quick Connect (Rectus Fittings) EBSS: None Airline Option: None Console: PASS w/ Pak-Tracker Case: None Packaging: 2 SCBA Per Box (Black Box) PRINCIPAL NAICS CODE: 339113 - Surgical Appliance and Supplies Manufacturing PRODUCT/SERVICE CODE: 4210 - Fire Fighting Equipment LOCAL STOCK NUMBER: X8914025005304 0002 24.00 EA __________________ __________________ AV3000 HT w/ Left Side RDI Bracket Twenty-one (21) Size medium Three (3) Size Large LOCAL STOCK NUMBER: 201215 0003 17.00 EA __________________ __________________ Scott Sight Thermal Imager Upgrade Kit ONLY Includes- $ 1,250.00 Each $ 21,250.00 IMD, Thermal Imager and Nose Cup LOCAL STOCK NUMBER: 201584-01 0004 17.00 EA __________________ __________________ Epic 3 RDI Open Bracket for Motorala Radio LOCAL STOCK NUMBER: 201276-11 0005 12.00 EA __________________ __________________ 4500PSI Carbon 45 min X3SNAP Valve 15-YEAR Being charged for 12 and twelve are at no charge LOCAL STOCK NUMBER: 200129-01 0006 4.00 EA __________________ __________________ 4500 PSI Carbon 60 min CGA Valve 15-year LOCAL STOCK NUMBER: 804723-01 0007 2.00 EA __________________ __________________ RIT PAK III w/ RIT Face Piece and Regulator LOCAL STOCK NUMBER: 200954-02 0008 2.00 EA __________________ __________________ 4500PSI Carbon 60 min CGA Valve 15-YEAR LOCAL STOCK NUMBER: 804722-01 0009 4.00 EA __________________ __________________ Ska Pak AT with Rectus Fitting w/ 10 min Cylinder 3000 PSI Cylinder GRAND TOTAL __________________ STATEMENT OF WORK (SOW) 1. Contract Title. Fire Department Respiratory Protection 2. Background: This a single contract to purchase Fire Department Respiratory Protection Equipment. The VA Butler Healthcare Fire and Emergency Services utilize SCBA s in Immediate Danger to Life and Health (IDLH) atmospheres for responses to fire, smoke, confined space, and hazardous materials incidents to name a few. Our facility handles approximately forty-seven (47) confined space entries yearly. There are approximately 367 known confined spaces, 113 of them contain an atmosphere not suitable to sustain life whether from hydrogen sulfide, carbon monoxide, oxygen deficient, carbon dioxide, or hydrogen cyanide. Our average call volume has steadily increased to an average of 700 emergency calls annually. The SCBA is life safety equipment needed for firefighters to perform their daily tasks. NFPA 1852 states composite cylinders are to be retired from service fifteen (15) years after manufactured date. Currently, our oldest cylinders are dated June 2009, making the retirement date June 2024. While the need to replace all the cylinders is present, it is also recommended to update the SCBA back plate and components. SCBAs have evolved over the years being built better ergonomically and with better technology to improve firefighter life safety with integrated thermal imaging cameras and improve communications over the years. Having the latest in technology will further enhance our firefighters to have the tactical advantage over smoke and fire conditions and enable us to save lives and property safer and faster. 3. Definitions SCBA Self Contained Breathing Apparatus COR Contracting Officer Representative VA Veterans Affairs NFPA National Fire Protection Association PSI Pounds per Square Inch 4. Scope: Hereafter all items included in the Scope of Work shall be referred to as the Work The above Work is expressly subject to and shall include all terms and conditions set forth herein. Vendor will provide the following itemized list of equipment to VA Butler Healthcare Fire and Emergency Services. A. SELF-CONTAINED BREATHING APPARATUS (SCBA) A.1. SCBA is defined as one SCBA air pack harness. Does not include air cylinder. A.2. All self-contained breathing apparatus will be compliant to NFPA 1981, Standard on Open-Circuit Self-Contained Breathing Apparatus (SCBA) for Emergency Services, 2018 Edition. A.3. All SCBAs will be compliant to NFPA 1982, Standard on Personal Alert Safety Systems (PASS), 2018 Edition. A.4. SCBA Specifications A.4.1. Quantity: Twelve (12) A.4.2. Model: Air-Pak X3 Pro with snap-change A.4.3. Harness Type: Parachute Buckles Pro A.4.4. Operating Pressure: 4500 PSI A.4.5. Belt Type: Standard A.4.6. Regulator: Quick Connect Rectus Fittings A.4.7. EBSS: Universal A.4.8. Airline Option: None A.4.9. Console: PASS with Pak-Tracker A.4.10. Case: None A.4.11. Warranty: As-long-as you own it warranty for back frame, pneumatics, electronics, face piece, and cylinder. B. FACE PIECE B.1. Vendor will supply twenty-four (24) SCBA Face pieces. B.2. Face piece will be compliant with applicable NFPA standards listed in A.2 and/or A.3. B.3. Facepiece Specifications B.3.1. Quantity: Twenty-One (21) B.3.2. Size: Medium B.3.3. Model: AV3000 HT B.3.4. Include Left Side Bracket for EPIC 3 RDI Amplifiers. B.4. Facepiece Specifications B.4.1. Quantity: Three (3) B.4.2. Size: Large B.4.3. Model: AV3000 HT B.4.4. Include Left side Bracket for EPIC 3 RDI Amplifiers. B.5. Scott Sight Thermal Imager Upgrade Kit Only. B.5.1. Quantity: Seventeen (17) B.5.2. Includes: IMD, Thermal Imager, and Nose Cup B.5.3. Include Right side mounting bracket. B.6. Epic 3 RDI Open Bracket for Motorola Radio B.6.1. Quantity: Seventeen (17) B.6.2. Model: EPIC 3 RDI Voice Communication System B.6.3. Capabilities: Bluetooth C. CYLINDERS C.1. Cylinders will be made of carbon composite material with life expectancy of fifteen (15) years. C.2. SCBA cylinders will be made compliant to Department of Transportation (DOT) Standards. C.3. Factory Logo Cylinder C.3.1. All applicable cylinders will receive a Custom Factory Logo on cylinder. This includes all cylinders listed in sections C.4, C.5, and D.3.3 of this statement of work. C.3.2. Vendor will submit logo form to COR listed on page 1 of this document for patch design. C.3.3. Vendor will send proof of design prior to manufacturing cylinders. C.3.4. COR listed on page 1 approval needed prior to manufacturing cylinders. C.4. SCBA Cylinders Specifications C.4.1. Quantity: Twenty-Four (24) C.4.2. Pressure: 4500 PSI C.4.3. Rating: Forty-five (45) Minutes C.4.4. Fitting/Connection: X3SNAP Valve C.5. SCBA Cylinders Specifications C.5.1. Quantity: Six (6) C.5.2. Pressure: 4500 PSI C.5.3. Rating: Sixty (60) Minutes C.5.4. Fitting/Connection: CGA Connection D. Ska Pak AT D.1. Supplied Air Respirators compliant to applicable standards NIOSH approved and compatible with Face pieces. D.2. Quantity: Four (4) D.3. Supplied Air Respirator Specifications D.3.1. Model: Ska-Pak AT Supplied-Air Respirator D.3.2. Harness: Padded Kevlar D.3.3. Egress Cylinder D.3.3.1. Egress Cylinder Pressure: 3000 PSI D.3.3.1. Egress Cylinder Rating: Ten (10) Minutes D.3.4. Connection: Rectus Fitting E. RIT PACKS E.1. Compliant to NFPA 1981, 2018 Edition Standard. E.2. Quantity: Two (2) E.3. RIT Pack Specifications E.3.1. Model: RIT PAK III E.3.2. Include Face Piece: RIT E.3.3. EBSS Equipped E.4. Cylinders E.4.1. Cylinders for both RIT Packs are accounted for in section C.5. 5. Specific Tasks: A. Vendor will provide equipment to specifications listed under Part 4. Scope B. Vendor will provide all documentation of initial flow test results for air packs that require flow testing. C. Vendor will provide necessary owner s manuals for requested equipment, as applicable. D. Vendor may be required to assist RDI and Motorola Radio setup or provide documentation for programming and pairing Motorola APX 8000 XE Radios within two (2) weeks of receiving products. Deliverables (Itemized): A. 12 2018 Edition NFPA 1981 Air-Pak X3 Pro w/ Snap-Change B. 24 4500 PSI, Carbon 45 Minutes Breathing Air Cylinders; X3SNAP Valve with Factory Logo C. 6 4500 PSI, Carbon 60 Minutes Breathing Air Cylinders; CGA Valve with Factory Logo D. 21 AV3000 HT Face Piece w/ Left Side RDI Bracket; Size Medium E. 3 AV3000 HT Face Piece w/ Left Side RDI Bracket; Size Large F. 17 Scott Sight Thermal Imager Upgrade Kit Only: IMD, Thermal Imager, and Nose Cup. G. 17 Epic 3 RDI with Open Bracket for Motorola Radio H. 4 Ska Pak AT with Rectus Fitting w/ 10 Minute 3000 PSI Cylinder with Factory Logo I. 2 RIT Pak III w/ RIT Face Piece and Regulator (Cylinder for unit listed in C.5 ) J. Certification and/or initial Posi-Check Flow Documentation Results of each pack as required. K. Radio pairing information for Motorola APX 6000XEs. 6. Performance Monitoring Provide documentation of all applicable equipment with initial Posi-Flo test results. Provide warranty information for all applicable equipment Provide the all deliverables by delivery scheduled date. 7. Security Requirements: None 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Exchange of masks for size due to a new brand may have different size than we are used to. Pending mask fit test. Appears no difference in cost for different sizes. Majority of personnel wear Medium and anticipate the same with new product. b. Identification of Potential Conflicts of Interest (COI): None Known or Identified c. Identification of Non-Disclosure Requirements: FOUO 10. Risk Control a. Initial operational training may be performed by competent person. b. Any retrofitting for existing equipment may be required and installed at the recommendation of a competent service technician. (Example RGA to X3Snap Ring adapter) 11. Place of Performance: VA Butler Healthcare 325 New Castle Road Butler, Pa. 16001 12. Period of Performance: T.B.D. 13. Delivery Schedule: All items to be received within 6 months of award date. Equipment delivery, and installation must be during the Altoona VA business hours: Monday Friday, 8:00 AM 4:30 PM, excluding government holidays. VHA Supplemental Contract Requirements for Combatting COVID-19 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: (1) If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. (2) If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. (3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. (4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) 52.214-21 Descriptive Literature (APR 2002) (End of provision) (vii) Provision 52.212-2 Evaluation of Commercial Items is applicable to this solicitation.  The following evaluation criteria will be utilized to determine the most advantageous quote for the Government; Price, Past Performance, and SDVOSB/VOSB Business Status. (viii) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. (ix) The Clause at 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021) applies to this combined synopsis solicitation and any resultant contract. Addendum to FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following by reference and full text clauses are added as addenda. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Contractors (NOV 2021) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (APR 2020) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.212-71 Gray Market and Counterfeit Items (MAR 2020) (Deviation) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (Jul 2020) (Deviation) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2021) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (xi) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. ALL INTERESTED PARTIES THAT SUBMIT A QUOTE MUST COMPLETE THE ATTACHED SPREADSHEET AND RETURN WITH YOUR QUOTE. FAILURE TO DO SO WILL RESULT IN YOUR COMPANY BEING DEEMED NON- RESPONSIVE. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xii) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xiii) Quotes must be emailed to Derrick.Maruski2@va.gov and received no later than 10:00 AM EST on Tuesday, March 15, 2022. Quote may be submitted on this document or the vendor s own form. ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Derrick.Maruski2@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contract Specialist, via email to Derrick.Maruski2@va.gov. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3874b1063904e4fa24e5d109a1473ff/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Medical Center - Butler 325 New Castle Road Butler, PA 16001
Zip Code: 16001
 
Record
SN06264886-F 20220313/220311230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.