Fire Rescue Tools Purchase

Agency: DEPT OF DEFENSE
State: Florida
Type of Government: Federal
FSC Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
NAICS Category:
  • 423850 - Service Establishment Equipment and Supplies Merchant Wholesalers
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 21, 2024
Due Date: Apr 8, 2024
Solicitation No: FA664824Q0004
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Fire Rescue Tools Purchase
Active
Contract Opportunity
Notice ID
FA664824Q0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA6648 482 LSS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 21, 2024 12:35 pm EDT
  • Original Date Offers Due: Apr 08, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 423850 - Service Establishment Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Homestead , FL 33039
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.





(ii) Solicitation Number: FA664824Q0004





This solicitation is issued as a request for quote (RFQ)





(iii) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2024-03, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC) 2023-0707





(iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. NAICS Code is 423850, size standard: 125 (employees).





(v) CLIN Nomenclature





CLIN 001: Battery-Powered Spreader



CLIN 002: Battery- Powered Cutter



CLIN 003: Battery-Powered Combination Tool



CLIN 004: Battery-Powered Small Ram



CLIN 005: Ram Kit



CLIN 006: Battery-Powered Large Telescopic Ram



CLIN 007: Batteries



CLIN 008: Chargers





(vi) Description of items to be acquired-





CLIN 001: Battery-Powered Spreader




  1. Quantity: 1

  2. Description: Battery-powered spreader optimized for confined spaces.

  3. Spreading Width (mm/in): 805/31.6

  4. Pulling Distance (mm/in): 618/24.3

  5. Ingress Protection Rating: IP68

  6. Highest Spreading Force (kN/lbf): 68/15,300

  7. Lowest Spreading Force (kN/lbf): 46/10,350

  8. Highest Pulling Force (kN/lbf): 52/11,700

  9. Lowest Pulling Force (kN/lbf): 26/5,850

  10. Nominal Pressure (bar/psi): 700/10,000

  11. Saltwater Resistance: Yes





CLIN 002: Battery- Powered Cutter




  1. Quantity: 1

  2. Description: Cutting solution optimized for maneuverability and cutting efficiency.

  3. Cutting Opening (mm/in): 300/11.8

  4. Nominal Pressure (bar/psi): 700 10,000

  5. Saltwater Resistance: Yes

  6. Ingress Protection Rating: IP68





CLIN 003: Battery-Powered Combination Tool




  1. Quantity: 1

  2. Description: Versatile tool offering cutting and spreading functionalities.

  3. Cutting Opening (mm/in): 343/13.5

  4. Spreading Width (mm/in): 405/15.9

  5. Pulling Distance (mm/in): 450/17.7

  6. Highest Spreading Force (kN/lbf): 40/8,992

  7. Lowest Spreading Force (kN/lbf): 29/6,519

  8. Highest Pulling Force (kN/lbf): 57/12,814

  9. Lowest Pulling Force (kN/lbf): 36/8,093

  10. Saltwater Resistance: Yes

  11. Nominal Pressure (bar/psi): 700 10,000

  12. Ingress Protection Rating: IP68





CLIN 004: Battery-Powered Small Ram




  1. Quantity: 1

  2. Description: Compact robust ram

  3. Stroke (mm/in): 368/14.5

  4. Length Extended (mm/in): 908/35.7

  5. Force (kN/lbf): 111,3/25,021

  6. Nominal Pressure (bar/psi): 700/10,150

  7. Saltwater Resistance: Yes

  8. Ingress Protection Rating: IP68





CLIN 005: Ram Kit




  1. Quantity: 1

  2. Description: Kit enhancing ram system making it adaptable to different emergencies

  3. Components: Angled V-Head /X-Head/10-inch Extension/6 Inch Extension /Spanner Wrench/Pulling Shackles and Pins/Pulling Adapters/3 Inch Slip Fit Extension/Custom Carrying Case





CLIN 006: Battery-Powered Large Telescopic Ram




  1. Quantity: 1

  2. Description: Adjustable ram with telescopic extension stages.

  3. Stroke Stage 1 (mm/in): 428/16.9

  4. Stroke Stage 2 (mm/in): 372/14.6

  5. Length Extended (mm/in): 1387/54.6

  6. Force Stage 1 (kN/lbf): 62/24,279

  7. Force Stage 2 (kN/lbf): 108/13,938

  8. Operating Pressure (bar/psi): 700/10000

  9. Saltwater Resistance: Yes

  10. Ingress Protection Rating: IP68





CLIN 007: Batteries




  1. Quantity: 6

  2. Description: 18V Milwaukee Battery for tools

  3. Compatible Systems: All EFORCE tools





CLIN 008: Chargers




  1. Quantity: 4

  2. Description: M18 Dual Battery Rapid Charger to charge batteries

  3. Compatible System: 5 Ah Milwaukee 18v battery





Quote packages should include: cost of all required equipment and any applicable shipping charges required.





(vii) Period of Performance:




  • Please indicate delivery period on Quote.





Ship Address to:



FIRE DEPARTMENT



12449 PLOESTI RD BLDG 232 RM 127



HOMESTEAD, FL 33039-1299, US





FOB: DESTINATION





System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information.



If you are not registered, and active (with a CAGE Code), you cannot receive an award.



(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.



SPECIAL INSTRUCTIONS:



ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items



Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:





Offerors shall submit quotes via email, to Viviane Filias at viviane.filias@us.af.mil and Sandy Guite at sandy.guite@us.af.mil. Please note the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the CS and CO at least 2 business days prior to closing of the solicitation to request a link be sent to you.





Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664824Q0004/Company Name/Email X of X (insert number of the email and total number of emails)





PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:




  1. UEI:

  2. CAGE Code:

  3. Contractor Name:

  4. Payment Terms (net30) or Discount:

  5. Point of Contact and Phone Number:

  6. Email address:

  7. Warranty (if applicable):

  8. Technical Capability Information:



Provide specification sheets/details for the products your firm is proposing to fulfill the requirement. This information will be used to determine the technical acceptability of the product offered. Technical Capability Information is included “Description of Items to be Acquired” section (vi) above.





(ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE.





ADDENDUM to 52.212-2, Evaluation – Commercial Items.





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers:






  1. Price

  2. Technical capability of the item offered to meet the Government requirement.

  3. Past Performance





(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications) and past performance on a pass/fail basis (based on FAPIIS exclusions). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).





(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.





(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.





(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.





(xiii) It is the Offeror’s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.





For your convenience all applicable provisions and clauses are included in the attached Solicitation – FA664824Q0004 (Attachment 1).





(xiv) Additional Contract Requirement or Terms and Conditions:



N/A





(xv) Defense Priorities and Allocation System (DPAS):



N/A





(xvi) Proposal Submission Information:



Offers are due by 8 April 2024 at 1:00 PM Eastern Standard Time (EST) via electronic mail.





(xvii) For additional information regarding this solicitation contact:



Sandy Guité at sandy.guite@us.af.mil, and Viviane Filias at viviane.filias@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 29050 CORAL SEA BLVD
  • HOMESTEAD AFB , FL 33039-1299
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 21, 2024 12:35 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 1, 2024[Combined Synopsis/Solicitation (Updated)] Fire Rescue Tools Purchase
Apr 3, 2024[Combined Synopsis/Solicitation (Updated)] Fire Rescue Tools Purchase

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow BRAND NAME JUSTIFICATION TO AQUIRE VARIOUS QUANITIES OF MIFRAM SECURITY VEHICLE BARRIERS,

DEPT OF DEFENSE

Bid Due: 5/01/2024

solicitation doc dept/buyer/category/solicitation type dates status PRE-QUAL OF VENDORS FOR WATER RESCUE &

Palm Beach County

Bid Due: 2/01/2029

Fitness Equipment for Seminole County Fire Department OPEN BID-604802-24/LAS 0 4/11/2024 5/8/2024

Seminole County

Bid Due: 5/08/2024

Follow 11 (55 Gal) Drums of SOLBERG 3% MIL-SPEC SYNTHETIC FLUORINE-FREE FOAM (Total

Federal Agency

Bid Due: 11/20/2024