Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

42 -- FIRE FIGHTING, RESCUE AND SAFETY EQUIPMENT SOL RFQ789518 DUE 040799 POC Deanna D. Davis, Contract Specialist, (202) 324-2956 This is a combined synopsis/solicitation for "Brand Name or Equal" Light Weight Motor Blowers (LWMBs) commercial items for award of a Firm-Fixed Price. This notice is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included herein. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) Number 789518. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 97-10. This solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The Standard Industrial Classification (SIC) Code is 3842 and the Business Size Standard is 500 employees. Award items will be in the aggregate to one vendor for the following: Manufacturer, Micronel: (1) Model Number C420X-005CK-F-Three Level cubic feet per minute (CFM) LWMBs 1,100 each (2) Mounting Belts 2 inches wide quick disconnect buckle 1,100 each and (3) MK I-28 inch Low Back Pressure Hose with 90 degree swivel 1,100 each. The brand name Micronel is being requested because they are already being used and have proven to be very effective. Also, the teams are familiar with how to maintain them. The equipment shall meet or exceed the following salient characteristics: (1) The LWMBs must be made in accordance with MILSPEC 1827. (2) LWMBs must provide 2.5 to 3.2 cubic feet per minute (CFM) of airflow against a total head of 1.4 to 2.3 inches of water gauge (IWG) for at least 8 hours with the central knob at its lowest setting and provide at least 3.2 to 4.0 CFM of airflow against a total head of 2.3 to 3.6 IWG for at least 5 hours with the control knob at the highest setting to the masks using batteries currently in the U.S. Military inventory. (3) LWMBs consist of a motor blower, motor blower housing, manifold (if any), battery cables or pack (if any), electronics, controls and battery weighing less than or equal to three pounds. (4) The blowers shall comply with the radiated emission, RE102, man portable limit requirements of MIL-STD-461. (5) The blower assembly shall interface snugly with two C2 canisters. If threads are present, the canisters must engage the blower assembly with at least two full threads and at least one full thread shall be visible on the canister. A weight of 35 pounds shall be attached to each filter and shall be allowed to hang freely for not less than 30 seconds. The filters must not pull out from the blower assembly. (6) The leakage of the blower and the connection from the blower to the swivel assembly shall not exceed 0.003 percent smoke penetration at a pressure differential of 6 inches of water gauge. (7) The blower assembly shall have a male threaded interface that is compatible with female threaded port of the swivel assembly. The blower assembly when connected with the swivel assembly shall not separate when a weight of 35 pounds is applied. (8) The LWMBs must not degrade the users' ability to perform a mission after exposure to adverse environments consisting of: solar radiation, dust, salt fog, humidity and rain. (9) The blower assembly shall show no change in operational capability and no sign of breaks or tears after exposure to drop and loose cargo vibration tests. (10) The packaged mask shall remain serviceable and the protective capacity of the packaged filter shall not degrade more than 10 percent below protection requirements for a minimum of ten years of storage in climatic design types hot through severe cold. (11) In order to provide maximum strength for the LWMBs, the housing of the LWMBs shall be made of NORYL GFN1, by General Electric. The NORYL GFN1 contains a 10% glass fiber reinforced resin to decrease cracks under tension. The tensile strength of GFN1 is approximately 50% higher than standard NORYL 731 which is used in previous LWMBs. The warranty period shall be for one (1) year after acceptance. If you are quoting an "equal", the manufacturer's name and specifications must be submitted with the quote along with samples of the above items for technical review. The shipping cost shall be borne by the contractor. All samples will be returned, at the expense of the contractor. Therefore, submit you Federal Express Number along with your bid package. Delivery should be within 90 days or sooner after receipt of order. Offers shall be for FOB Destination for the 48 contiguous states to include Washington, DC, Hawaii, Alaska and Puerto Rico. The drop shipment list is available upon request. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Item (AUG, 1998), FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Item (JAN, 1999), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (APR, 1998), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN, 1999), FAR Clause 52.217-6 Option for Increased Quantity (MAR 1989) and FAR Clause 52.246-2 Inspection of Supplies -- Fixed-Price (AUG 1996). Offerors will be evaluated in accordance with FAR Provision 52.212-2 Evaluation-Commercial Items (JAN, 1999). All responsible sources may submit a quote which if timely received shall be considered by the agency. Award will be made on a best value basis to the responsive, responsible quoter whose quote conforms to this solicitation and is the most advantageous to the Government, price, technical and other factors considered. All bids shall be on company letterhead and submitted to the address listed above no later than 4:00 p.m, EST, April 9, 1999 and must be clearly marked RFQ 789518. Faxed quotes will be accepted at (202) 324-3767. Quoters are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1(f). Award to be made within two (2) weeks after closing. Posted 03/23/99 (W-SN311459). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0271 19990325\42-0001.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page