Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

42 -- PROXIMITY FIRE FIGHTING GEAR SOL N00244-99-T-B346 DUE 091599 POC contracting Officer @ 619-532-2588; FAX 619-532-2347 WEB: click here to review other FISC requirements, http://www.sd.fisc.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. FISC San Diego is announcing its intent to issue a combined synopsis/solicitation; all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in 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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-99-Q-B346 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. The standard industrial code is 2326 and the business size standard is 500 employees. This requirement is for a fixed priced contract for proximity fire fighting gear as follows. The following salient characteristics are CRITICAL / ESSENTIAL to the Government -- meet or exceed National Fire Protection Association (NFPA) standard 1976 and NFPA 1999/OSHA standard 29 CFR 1910.1030 Protective Clothing for emergency medical operations. Gear must also meet or exceed current Bloodborne pathogen standards. We will be ordering 218 each sets of clothing with the following gear included: 1) pants with field replaceable knees, 2) coat, 3) gloves, 4) helmet with face shield, 5) shield with gold reflective property, 6) helmet liner, 7) shroud for helmet, 8) boots, 9) suspenders. Following will be the individual specification for each of these items and the addresses where gear will be sent: This gear shall be split up and delivered to six sights on the West Coast. The following locations shall receive this gear: China Lake, Oxnard (Pt. Mugu), Lemoore, El Centro, San Diego, and Fallon. The specifications are as follows: COAT SPECIFICATIONS; The coat shall have a 29" front panel with and extended 35" rear panel, or shall have a 35" length front and rear. The material of the coat consists of 33% PBI, 67% Kevlar Aramid knit outer shell, 7 oz. Kevlar batt quilted to a 3.3 oz. teal Nomex face cloth top thermal liner, and a moisture barrier that provides a breathable Bloodborne Pathogen resistant membrane that is certified to meet current NFPA standards. Installed options shall include: Radio pocket -- left chest standard size; Two take-up straps inside pocket minimum; Nomex hand and wrist guards with thumb hole; Additional liner padding in full upper torso to provide additional thermal protection; Reverse hook and dee exterior / Velcro interior closure system; PBI outer shell reinforced cuffs; Detachable liner and access to inspect the space between thermal liner and moisture barrier for blood penetration and punctures. PANT SPECIFICATIONS: The pants shall be of traditional waist high construction; The material of the pants consists of aluminized 33% PBI, 67% Kevlar Aramid knit outer shell (7 oz.), Kevlar batt quilted to a 3.3 oz. teal Nomex face cloth top thermal liner and a moisture barrier that is certified to meet current NFPA standards; Installed options shall include: 2 each postman style take-up straps; Field replaceable knees; 2 each bellow pockets located on each thigh area; Rear cuff area designed to prevent boots from tearing out hem; Detachable liner Access to inspect the space between the thermal liner and moisture barrier for blood penetration and punctures; Velcro fly closure system; Must meet or exceed NFPA standard 1976 current edition. GLOVE SPECIFICATIONS: Aluminized 5 finger gloves; Leather palm; Aluminized back; Kevlar or Nomex knit wrist cuff. HELMET SPECIFICAITONS: Modern style helmet; PBI / Kevlar composite fiberglass shell; PBI laminated; Urethane Foam; Lexan / ABS dome impact cap; Manual headband adjustments with front headband padding and Nomex earflaps; Installed with 6" gold coated (hard coat) face shield, aluminized ear, neck and throat protector; Meets NFPA standard 1971, 1979 revision. BOOT SPECIFICATIONS: Kevlar lined bunker boot; Boot has exterior metatarsal guard and stainless steel midsole; Comes in whole and half sizes; Meets NFPA 1971, 1997 revision. SUSPENDER SPECIFICAITONS: Constructed of strong, wide, non-elastic webbing with elastic tabs; Heavy-duty hardware; Extra heavy thread and lock stitching. All items are to be delivered to: the locations stated above. (Each address will have to be visited for a fitting for all employees before suits can be manufactured.) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIREDTO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 09-15-99, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. Posted 08/31/99 (W-SN374947). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0230 19990902\42-0002.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page