DDSP FIrefighter PPE Combined Solicitation Synopsis
NOTICE TO OFFERORS 1. Issuing Office: DLA Distribution Acquisition Operations (J7) 430 Mifflin Avenue, Suite 3102A New Cumberland, PA 17070-5008 2. This is a combined synopsis/solicitation for commerc... NOTICE TO OFFERORS 1. Issuing Office: DLA Distribution Acquisition Operations (J7) 430 Mifflin Avenue, Suite 3102A New Cumberland, PA 17070-5008 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice per FAR 12.603(c)(2)(i) and in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotations (RFQ) and the RFQ number is SP3300-19-Q-0075. 3. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-05 effective 13 August 2019 (updated with Class Deviation: 2019-O0009), and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190809, 09 August 2019 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 19-13 through 18 (Revised August 19, 2019). The complete text of any of the clauses and provisions are available electronically from the following sites: FAR- http://farsite.hill.af.mil/ FAR- https://www.acquisition.gov/browsefar DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx 4. This RFQ is being issued to establish a Firm Fixed Priced (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract to execute orders against for acquisition of Firefighter Gear and Equipment for DLA Distribution, Susquehanna, PA. This requirement for a mix of Brand Name and Brand Name or equal for the below listed Contract Line Items Numbers (CLIN). The Brand Name Only items are CLINS X004, X005, X006, X010, X011, and X012. * They are represented in bold print below. Remaining CLINS X001, X002, X003, X007, X008, and X009 are brand name or equal. For these items, if the brand name is not being quoted, offeror shall include any descriptive literature; which demonstrates that the Offeror clearly and fully understands and meets the minimum technical specifications. CLIN Item Description X001 Firefighter Jump Suit (Coveralls) X002 Morning Pride Ben 2 Low Rider Helmet X003 Globe Superlite 14" Structural Fire Boot X004 *Firefighter Coat - Janesville V-Force® Bi-Swing Coat* X005 *Lion Commander Firefighter Gloves X006 *Firefighter Pants - Janesville V-Force® Pant X007 Majestic PAC II 3-Ply 100% Black Nomex Instructor's Hood X008 CMC Rappel Gloves X009 Shelby 2515 Buckskin Work Glove X010 *Mercedes EXO 1 3/4" Firefighter Hose Colored X011 *Mercedes Megaflow 5" Firefighter Hose X012 *Mercedes EXO 3" Firefighter Hose Colored CLINS X004, X005, & X006 - Require custom fitting, Offeror shall include custom fitting at the government site, New Cumberland, PA 17070, by the contractors' sales representative with sizing gear. POC at Security and Emergency Services Susquehanna Fire Department will be provided at time of award. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 5. This RFQ is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 339113 and the size standard is 750 employees. The Federal Supply Code (FSC) is 4210 Fire Fighter Equipment. 6. Period of Performance: The ordering period for this contract will not exceed five years from date of contract award. 7. Minimum and Maximum Quantities: Minimum Order: 1 EA (each) or 1 PR (pair) Maximum Order: 12 EA (each) per item Maximum Order: 96 EA (each) per combination of items Order Limitation: 30 days 8. DELIVERY INFORMATION: Delivery Orders will be issued by email. Any contracting officer or ordering officer at DLA Distribution is authorized to place orders against this contract. Delivery is broken down by Desired and Required Delivery Dates per CLIN: CLIN Item Description Desired Delivery Required Delivery (Days) (Days) X001 Firefighter Jump Suit (Coveralls) 21 30 X002 Morning Pride Ben 2 Low Rider Helmet 21 30 X003 Globe Superlite 14" Structural Fire Boot 21 30 X004 * Janesville V-Force® Bi-Swing Coat* 90 120 X005 *Lion Commander Firefighter Gloves 90 120 X006 *Firefighter Janesville V-Force® Pant 90 120 X007 Black Nomex Instructor's Hood 21 30 X008 CMC Rappel Gloves 21 30 X009 Shelby 2515 Buckskin Work Glove 21 30 X010 *Mercedes EXO 1 3/4" Firefighter Hose 21 30 X011 *Mercedes Megaflow 5" Firefighter Hose 21 30 X012 *Mercedes EXO 3" Firefighter Hose 21 30 SHIP TO ADDRESS: DLA Fire & Emergency Services 5911 14th Street, Building 911, New Cumberland, Pa 17070 The primary contract specialist for delivery orders for this contract is: DLA Distribution Acquisition Operations J7 (AB) 430 Mifflin Avenue, Suite 3102A New Cumberland, PA 17070 Attn: Edward Ruud Phone: 717-770-8585 Email: edward.ruud@dla.mil 9. PROOF OF DELIVERY: Acceptable Proof of Delivery documents include: Shipping Documentation; Materials Inspection and Receiving Report (DD250), Bill of Lading, Packing List, Tracking/Delivery Confirmation or Invoice. To ensure prompt payment to your company, the Proof of Deliveries must include the following: • CONTRACT NUMBER or ORIGINAL DOCUMENT NUMBER • DELIVERY ORDER NUMBER (as applicable) • CLIN /MATERIAL NUMBER • SPECIFIC QUANTITY SHIPPED IN REFERENCE TO QUANTITY ORDERED • PRINTED NAME AND WRITTEN SIGNATURE OF A GOVERNMENT EMPLOYEE 10. PACKING AND MARKING REQUIREMENTS: All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. 11. SYSTEM FOR AWARD MANAGEMENT (SAM): A prospective awardee shall be registered in the System for Award management (SAM) database by the quotation submission date, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the SAM website at http://www.sam.gov. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: Company Address: Telephone: Cage code: Point of Contact: Email: Manufacturer: 12. INVOICING AND PAYMENT: Invoicing and Payment will be made via Wide Area Work Flow. See DFARS Clause 252.232-7006. 13. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE: Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 14. Questions shall be submitted by electronic mail to the Acquisition Specialist, Edward Ruud via email at edward.ruud@dla.mil , appropriate subject: SP3300-19-Q-0070 Solicitation Question. Question(s) must be received by 2:00 p.m. Eastern local time on September 9, 2019. Answers to questions will be posted to the FEDBIZOPPS website via an amendment to the solicitation. 15. The Government is not soliciting for the "same old way" of doing business. The Government encourages quotes that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. LIST OF ATTACHMENTS: Attachment 1 - Schedule of Supplies Attachment 2 - Brand Name J&A Mercedes Hoses Attachment 3 - Brand Name J&A Janesville V-Force Turnout Gear
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »