Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

42 -- Firefighting Equipment

Notice Date
6/20/2012
 
Notice Type
Presolicitation
 
Contracting Office
, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
0010143276
 
Response Due
6/25/2012
 
Archive Date
12/22/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 0010143276. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 356550. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-25 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Exact Match Only, to the following: LI 001, Morning Pride Structural Coat: (BPR-32Q2)Fisher Part Number 19167296. Must have the following: NYC style closures, Hooks & Ds Hook w/ Velcro, Long Tabbed Wristlets in white nomex, Postman Slide Style Take-Up Straps, Foldover Comfort Chinstrap, Two Internal Hand Warmer pockets (one on each side of coat), TRIM: 3 inch Lime Two Tone 3M Scotchlite, Trim Placement: New York, 3 inch Reflective Sewn On Lettering in 3M Scotchlite Lime placed on upper back and shall say "FORT DRUM", Velcro Patch with name of each firefighter to be placed on the back tail portion of the coat. Sizes and names will be provided at the time of award., 25, EA; LI 002, Morning Pride Structural Pants: (BPR-32Q2)Fisher Part Number 19167297. Must have the following: Left hand closure system, removable knee pads, Universal escape pocket (shall be placed on the right pants leg), Angled Cuffs, TRIM: 3 inch Lime Two Tone 3M Scotchlite, Trim Placement: Cuffs & Seams. Shall include Morning Pride Dyna Fit Suspenders with quick adjusting straps. Suspenders shall come in the following quantities and sizes: 18 each in size Regular, 7 each in size Tall. Pant sizes will be provided at the time of award., 25, EA; LI 003, Morning Pride Class II Spider harness with external loops., 25, EA; LI 004, Padding for Morning Pride Dyna Fit Suspenders. Must be compatible with Morning Pride Dyna Fit Suspenders with quick adjusting straps., 25, EA; LI 005, Pro Warrington Boot. Fisher Part number 19167407. Must meet the following specifications: For Structural Firefighting, Power toe, PRO-V liner, Removable insert, Steel toe, shank, bottom plate, Vibram lug sole, Molded heel counter, Barcoded, Meets NFPA and Berry Amendment, 14 inch height. Sizes will be provided at the time of award., 25, PAIR; LI 006, Cairns Helmet 1010 Defender. Helmets shall come in the following quantity and colors: 12 each of the color Black, 7 each of the color Red, 6 each of the color White., 25, 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 Fort Drum 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Drum is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 following provisions and clauses are applicable to this procurement: FAR 52.211-6, Brand name or Equal. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. DFARS 252.211-7003, ALT I, Item Identification and Valuation, paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE". 252.204-7004, ALT A, Required Central Contractor Registration. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.232-7010, Levies on Contract Payments. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b, 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, Alt III, Transportation of Supplies by Sea. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.); unless otherwise stated in the offeror?s GSA schedule. 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). FAR and DFARS provisions and clauses are current to the most recent dates posted on http://farsite.hill.af.mil Prescription for Use: Include in Section G of all new solicitations and contracts. If feasible, ongoing solicitations should be amended to incorporate the language. Clause text: 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) 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, 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 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 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. HQ Army Material Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527, Facsimile number (703) 806-8866 or 8875. Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command, Office of Command Counsel, Room 2-1SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. 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 AMC-Level Protest Procedures.(End of Clause) The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a size standard of 500 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ca040cc76c6561a46b735a4d5e8a88f)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN02781059-W 20120622/120620235727-9ca040cc76c6561a46b735a4d5e8a88f (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.