Georgia Bids > Bid Detail

42--Safety Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159116265664463
Posted Date: Aug 4, 2023
Due Date: Aug 8, 2023
Solicitation No: 2023-0804
Source: https://sam.gov/opp/ba0e5c8abc...
Follow
42--Safety Equipment
Active
Contract Opportunity
Notice ID
2023-0804
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Aug 04, 2023 11:01 am EDT
  • Original Date Offers Due: Aug 08, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4235 - HAZARDOUS MATERIAL SPILL CONTAINMENT AND CLEAN-UP EQUIPMENT AND MATERIAL
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    7301 BALTZELL AVE FT Moore , GA 31905
    USA
Description
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. The solicitation number is 2023-0804 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $16.50M.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-08 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be FT Moore, GA 31905

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: HAZMAT Cabinet Flammable Cabinet, Manual Close Double Door, 45 Gallon, 43"Wx18"Dx65"H. Flammable cabinet to meet or exceed the NFPA Flammable Liquid Code #30 and the OSHA standard 1910.106 for storage of class I, II and III liquids. double-walled design of these flammable cabinets allows 1-1/2" insulating air space and dual 2" air vents that connect to exhaust system to maintain safe temperatures. Built-in grounding connector and leveling feet. 350 lb. capacity shelves adjust easily on 2-1/2" centers. Doors are equipped with full length piano hinges and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible warning label., 5, EA;
LI 002: HAZMAT Cabinet Flammable Cabinet, Manual Close Double Door, 22 Gallon, 35"Wx22"Dx35"H. Double wall 18 gauge welded steel with 1-1/2" air space to meet NFPA and OSHA standards. 2"H leak proof doorsill contains spills. Galvanized steel shelf holds up to 350 lb. capacity and adjust on 2-1/2" centers. Ground connections dissipate static build-up. Adjustable leveling feet. Yellow powder coat finish with Flammable - Keep Fire Away label., 3, EA;
LI 003: Spill Kits Industrial Universal 5 Gallon Truck Spill Kit, Bucket. 5 Gallon mobile spill kit is packaged in a 5 gallon container. A clip top lid and a metal handle makes for easy portability and quick deployment. spill kit features a combination of absorbents that will contain and recover a 5 Gallon spill of oil-based and water-based fluids as well as the basic equipment needed to handle the clean up process. Kit includes 5 gallon pail, 10 pads, 3 socks, 1 pair of gloves and 1 disposable bag, 4, EA;
LI 004: Spill Kits Hand Carried Spill Kit, Universal, Up To 6 Gallon Capacity. Includes: 1-Spill pak bag, 15-Universal pads, 2-Universal medium socks, 1-Pair nitrile gloves, 2-Disposable bags, 1-Instruction sheet, 1-MSDS(s)., 4, EA;
LI 005: Butt Cans Galvanized Steel Butt Can 5 Gallon Yellow. Steel tube unscrews from base for easy emptying. Powder coat finish., 5, EA;
LI 006: Outlet Tester Gardner Bender GFI-3501 GFCI Outlet Tester, 120 Vac. Tests ground fault receptacles by overloading circuit and tripping GFCI. Test for seven conditions: ground fault interruption, open ground, open neutral, open hot, hot/ground reverse, hot/neutral reverse, and correct wiring. Tester trips GFCI between 6 - 9 mA. Tests: Standard outlets, GFCI outlets, Extension cords., 2, EA;
LI 007: Cable Protectors Molded Rubber Cable Protector, Black. Black molded rubber has a slip resistant traction surface and can withstands capacities up to 2,200 lbs. Interlocking ends allow multiple ramps to connect on end for longer lengths or customized size. Channel height is 1/2"; channel width is 1-12/20". Overall dimensions are 39"L x 5"W x 3/4"H., 6, EA;
LI 008: EYE Wash Station Emergency Eye/Face Wash,16 Oz. Single Bottle Station, 32-000460-0000. S. Ready for immediate use...squeeze bottle filled with buffered isotonic Eyesaline solution. Sturdy, high impact plastic construction, mounts easily (wall station)., 4, EA;
LI 009: SDS EPCRA Station SDS Pocket Center with Binder. Bilingual Right-to-Understand Center. All aluminum center board has a lower pocket to hold and store the SDS binder and training books. Pocket is welded for added strength. The .063" thick aluminum has a scratch resistant, powder-coated finish and 30"H x 24"H sign. The pocket extends out 4-1/8" with inside dimensions of 5-7/8"H x 23-1/4"W x 4"D and two dividers to separate the binder and booklets. Center comes with 1-1/2" SDS Binder and 10 training booklets., 4, EA;
LI 010: First Aid KIT First Aid Kit - 25 Person, ANSI Compliant, Metal Case . For minor accidents and medical emergencies. Compact kit provides first aid for up to 25 people. Can be wall mounted or movable with an easy carry handle. Metal case measures 9-1/2" x 6-3/4" x 2-3/4" overall. Meets ANSI Z308.1-2015 standards., 10, EA;
LI 011: Safety VEST Reflective Yellow Mesh, High Visibility Vest with Pockets and Zipper, ANSI Class 2 Heavy Duty, Made with 3M Reflective Tape LPolyesterMADE WITH 3M REFLECTIVE TAPE - 2 wide premium 3M reflective tape, composed of wide angle retroreflective lenses bonded to durable cloth backing, suitable for both home and industrial wash. Extra reflective trim around arms, reflective piping down sides and along utility pocket for added visibility.QUALITY SEWING & REINFORCEMENT - High quality zipper reinforced with durable webbing inside, pockets all reinforced with tight sewing, quality made for rugged wear and tear; Large velcro sewed on pockets preventing items falling off when you bend over.MULTI-FUNCTION POCKETS - Two lower outside expandable cargo pockets with adjustable flaps; left chest heavy duty gusseted utility pocket with reflective piping; right chest 2-tier, 4-division pencil pocket; Two more inside patch pockets; left and right chest mic tabs.EASY CARE & EASY WEAR - 100% polyester silky yellow mesh, with breathable black sides provide visual contrast. Reinforced high-quality resin zipper for a smooth fit. Machine washable.SIZE DESIGNED FOR AMERICANS - The size chart is formulated based on the survey of body measurements to ensure a better suit. Please use the fit guide to order the right high visibility safety vest accordingly with confidence. The vest is fully compliant with ANSI/ISEA 107-2020 CLASS 2 standard., 4, EA;
LI 012: Safety VEST Reflective Yellow Mesh, High Visibility Vest with Pockets and Zipper, ANSI Class 2 Heavy Duty, Made with 3M Reflective Tape XLPolyesterMADE WITH 3M REFLECTIVE TAPE - 2 wide premium 3M reflective tape, composed of wide angle retroreflective lenses bonded to durable cloth backing, suitable for both home and industrial wash. Extra reflective trim around arms, reflective piping down sides and along utility pocket for added visibility.QUALITY SEWING & REINFORCEMENT - High quality zipper reinforced with durable webbing inside, pockets all reinforced with tight sewing, quality made for rugged wear and tear; Large velcro sewed on pockets preventing items falling off when you bend over.MULTI-FUNCTION POCKETS - Two lower outside expandable cargo pockets with adjustable flaps; left chest heavy duty gusseted utility pocket with reflective piping; right chest 2-tier, 4-division pencil pocket; Two more inside patch pockets; left and right chest mic tabs.EASY CARE & EASY WEAR - 100% polyester silky yellow mesh, with breathable black sides provide visual contrast. Reinforced high-quality resin zipper for a smooth fit. Machine washable.SIZE DESIGNED FOR AMERICANS - The size chart is formulated based on the survey of body measurements to ensure a better suit. Please use the fit guide to order the right high visibility safety vest accordingly with confidence. The vest is fully compliant with ANSI/ISEA 107-2020 CLASS 2 standard., 4, EA;
LI 013: Orange CONES [4 Pack] 18'' inch Collapsible Traffic Safety Cones, Orange Cones, Multi Purpose Pop-up Cones with Reflective Collar,[Collapse design & Easy storage] - Each collapsible traffic cones can collapse up to 18" and collapses down to 0.9" in height for easy storage which only takes a small space in your car or garage. Carry the traffic cones conveniently.[Premium materials] - The Collapsible traffic cones are made of orange oxford fabric and PVC material for the basis (don't get run over by cars). The high-quality oxford fabric makes the collapsible traffic cone dry quickly and does not fade easily when exposed to the sun. The Bright orange safety color and a 360-degree reflective strip make the traffic cones visible from a long distance during day or night.[Stable] - The large base size of Collapsible traffic cones is 9.6" X 9.6" which makes the collapsible traffic cones stay stable in the road. The weight of each road cone is 0.77lb[Multiple uses] - Perfect for emergency personnel, maneuverability driver training, equine courses, Camping, and car rider line in school. Block off areas for the parking lot in church, sideways, or any public areas to prevent the car from being scratched. Create caution areas in your driveway or marks off safe places for kids to play in the driveway or street.[Storage bag] - There is a storage bag inside, which is convenient for you to carry the collapsible traffic cone., 10, EA;
LI 014: Stop Sign 18 x 18 inch Handheld STOP - STOP Paddle Sign with Handle, Double-Sided, 120 mil Aluminum Composite, Engineer Grade Reflective, Red and White Premium paddles are made from aluminum clad polyethylene. Two aluminum sheets on the front and back bonded to a polyethylene core make this a lightweight paddle without a loss in durability.Lightweight design helps fight off fatigue throughout the workday. No need to worry about arm soreness from raising and lowering the paddle. The 18" paddle weighs only 1.6 lbs!Paddle is equipped with an easy grip handle and lanyard to provide relief while on the job. The handle's grooves fit comfortably in the hand when compared to thicker competitor handles that cause discomfort. Lanyard strap allows you to lower the paddle and let it hang from your wrist to give you a break from holding.The 18" paddle is the most popular option and a favorite choice for municipalities and construction crews. The 18" size is perfect for local streets, parking lots and school crosswalks.Paddle features engineer grade reflective sheeting to provide extra visibility at low levels of light. Reflectivity is a great safety feature when crossing school kids at dusk. The reflective material meets MUTCD standards for hand-signaling devices., 4, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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 End User 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 Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 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, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 (GAO) 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 35 calendar 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 HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of GovernmentBuildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Materialinspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 04, 2023 11:01 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >