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