Federal Bid

Last Updated on 02 Mar 2010 at 9 AM
Combined Synopsis/Solicitation
Dugway Utah

42--AIRCRAFT RESCUE FIREFIGHTER SUITS

Solicitation ID W9103J9148E401
Posted Date 27 Aug 2009 at 4 PM
Archive Date 02 Mar 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Dugway Utah United states 84022
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9103J9148E401 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUGWAY, UT 84022

The US ACA Dugway Proving Grounds requires the following items, Brand Name or Equal, to the following:
LI 001, - FIRE-DEX PROXIMITY ASSAULT COAT>10 OZ. ALUMINIZED KEVLAR TWILL; NOMEX THERMAL LINER,CALENDARED FACECLOTH QUILTED TO PARA-ARAMID BATT;STEDAIR 3000 ON E89 MOISTURE BARRIER; INNER ZIPPER/OUTER HOOK & LOOP; COMBINATION CARGO/HANDWARMER POCKET; RADIO POCKET WITH NOTCHED FLAP; FLASHLIGHT HOLDER; DEXFLEX BACK; DEXFLEX ELBOW. - FIRE-DEX PROXIMITY ASSAULT PANT; 10 OZ. KEVLAR TWILL; NOMEX THERMAL LINER, CALANDERED FACECLOTH QUILTED TO PARA-ARAMID BATT; STEDAIR3000 ON E89 MOISTURE BARRIER; INNER ZIPPER/OUTER HOOK & LOOP CLOSURE; FULL BELLOW RIGHT POCKET; SPLIT BELLOW LEFT POCKET; 10"X8" PADDED KNEES; TAKE UP STRAPS; H-BACK SUSPENDERS. - RANGER ALUMINIZED RUBBER PROXIMITY BOOTS. - HELMET COVER. - HELMET SHROUD. - ALUMINIZED HOOD WITH MYLAR FACESHIELD. - ALUMINIZED PBI/KEVLAR GLOVE., 22, EA;

For this solicitation, US ACA Dugway Proving Grounds 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors 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 offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected]. 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.

Contact [email protected] or call 1-877-9FEDBID to address any questions or comments

Delivery shall be made within 30 days or less after receipt of order (ARO).

New equipment ONLY, NO remanufactured products

Bid MUST be good for 30 calendar days after submission

FOB Destination CONUS (CONtinental U.S.)

No partial shipments unless otherwise specified

CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.

The selected Offeror must comply with the following commercial item terms and conditions. 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration.

Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post.

If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.

Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with.

U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites.

U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (b) 3rd Monday in January (c) 3rd Monday in February(d) Last Monday in May(e) July 4th (f) 1st Monday in September(g) 2nd Monday in October(h) November 11th (i) 4th Thursday in November(j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday.

Specifically, the following clauses cited are applicable to this requirement, 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS INTO FAR CLAUSES; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, ALTERNATE 1, 52.212-4 CONTRACTOR TERMS AND CONDITIONS--COMMERCIAL ITEMS; 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE; 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; 52.222-3 CONVICT LABOR; 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY;

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (E.O.s, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF TREASURY); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION, 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS.

Specifically, the following clauses cited are applicable to this requirement, 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION, 252.211-7003 ITEM IDENTIFICATION AND VALUATION, 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXCUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; 252.225-7036 BUY AMERICAN ACT--FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM ALTERNATE 1; 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS; 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS; 252.232-7010 LEVIES ON CONTRACT PAYMENTS, 252.247-7023 ALTERNATE III.

Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds.

(a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractors company name and employees name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the companys discretion. No other items may be placed on the badge. (b) Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name.

ACRONYM (MEANING): FAR (Federal Acquisition Regulation), DFARS (DoD FAR supplement), CLIN (Contract Line Item Number), SUB-CLIN or SLIN (Contract Subline Item Number), OSHA (Occupational Safety Health Act), FOB (Free-on-Board), PCO (Procuring Contracting Officer), CFR (Code of Federal Regulations), LSA (Labor Surplus Area), SF (Standard Form), DD/DOD (Department of Defense), NSP (Not Separately)Priced

The Federal Supply Class (FSC) is 4210. The Standard Industrial Classification (SIC) is 3069. North American Industrial Classification Standard NAICS is (339113). Size standard is 500 employees.

The vendor must be able to provide a qualified professional to properly measure and fit each individual firefighters for the firefighter suits. The vendor must also come out to Dugway Proving Ground and take proper measurements.

- The vendor must be able to provide a 24 hour turn around on all firefighter equipment purchases and or repairs.

Bid Protests Not Available

Similar Past Bids

Grinnell Iowa 13 Apr 2021 at 4 AM
Ames Iowa 13 Aug 2020 at 4 AM
Marshalltown Iowa 17 Aug 2020 at 4 AM
Fort hood Texas 13 May 2010 at 9 PM
Wolfe West virginia 03 Sep 2009 at 10 PM