Federal Bid

Last Updated on 12 Feb 2015 at 9 AM
Combined Synopsis/Solicitation
California

DECONTAMINATION SYSTEM

Solicitation ID M67400-15-T-0029
Posted Date 23 Jan 2015 at 7 AM
Archive Date 12 Feb 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location California United states

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 procurement is not a small business set-aside. Therefore, any responsible source may submit a quote.

This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-15-T-0029 applies and is issued as a Request for Quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79 and Defense Federal Acquisition Regulation Supplement Public Notice #20150115.

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quoters shall hold prices for a period of 60 days or as indicated on the quote.

The FSC code is 4230 and the NAICS code is 325998.

The Government is soliciting quotes for the purchase of two (2) Decontamination Systems.

The Government intends to issue a single award to the responsible quoter whose quote is the lowest price technically acceptable.

This is a "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government.

It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' item. Therefore, if an "equal" item is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability.

Quoters shall completely fill out the attached coversheet and return it along with your quote.

Failure to provide the technical specifications for the "equal" item or the required coversheet may result in your quote being considered non-responsive by the Government.

*All quotes shall be submitted in English.*

All materials awarded under this contract are expected to be delivered 90 days after the award. The Government is requesting F.O.B. Destination, which means that all shipping costs should be inclusive of the total quoted amount.

Delivery point for quotes within CONUS:

SW3225
XU DEF DIST DEPOT SAN JOAQUIN
CCP WHSE 30
25600 SOUTH CHRISMAN RD
TRACY CA 95376-5000

Questions regarding this requirement must be submitted to [email protected] NLT 1800 EST on 26 Jan 2015.

Quoters shall submit their response to this RFQ via email to [email protected] or via fax to 011-81-611-745-0959 NLT 1800 EST on 28 Jan 2015.

Alternate Point of Contact: Sergeant Jose Gil at [email protected]

CLIN 0001: DECONTAMINATION SYSTEM
REFERENCED MFR: FSI
REFERENCED PART#: DAT3535S-SYS OR EQUAL
-Shall Include the following:
 Pneumatic Hazardous Material Decontamination Shower
Quantity 001set (Reference Part# DAT3535S or Equal)

 Propane Water Heater
Shall be Wheel Portable
10ft Fuel Line Extension
Max temperature: 210° F/99° C
Shall comply with ANSI/UL296
Water Input connection: Single GHT
Power requirement: 115V/1 Ph/60 Hz
3 - GHT water outlet with shutoff valves
Shall Include Built in Anti-Scald Mechanism
Approximate total flow rate: 14 gpm/56 LPM
Shall Include In-line Analog Temperature Gauge
440,000 BTU (British Thermal Unit) Propane Powered
Shall be Multi Fuel Capable: Diesel# 1 or 2, JP4, JP8, Home Heating Oil, and Kerosene.
Quantity 001ea (Example 200A)

 Detergent Injector
Quantity 001ea (Reference Part# FSI HEAT 201 or Equal)

 Petrotech
Quantity 001ea (Reference Part# PTI25-4L or Equal)

 Radicate
Quantity 001ea (Reference Part# RSCD-4L or Equal)

 Poly Tank
Minimum four (4) Gallon Capacity
Shall Include a Decontamination Hand Sprayer with a 48" Minimum Hose
Brass Adjustable Cone Nozzle with an 18" Minimum Wand
Minimum Operating Pressure Per Square Inch: 40-90 psi
Quantity 001ea (Example F-HSP)

 Garden Hose
Shall be ¾in soft sided
Minimum Pound Force Per Square Inch: 300 PSI
Minimum Length: 50ft
Minimum Coupled 3/4" Garden Hose Thread
Quantity 002ea (Example F-GH)


 Hose System
Quantity 001ea (Example F-GH503510)

 Patient Conveyor/Roller System
Minimum Width: 18in
Adjustable Height from 28 - 44in
Shall have Retractable Backboard End Stops
Adjustable Length from 2ft - 9ft Approximately
Minimum Capacity per lineal foot: 226 pounds
At a minimum shall support 1,300 pounds on a backboard
Shall Include at a Minimum 3 leg sets per unit and 7 wheels/axle
Quantity 001ea (Example F-RS)

 Spine Board
Quantity 001ea (Example F-MX1)

 Stringable Lights
Quantity 002ea (Example F-1225-0500-STL)

 Electric Submersible Waste Pump
Minimum Motor Output Power: 1/4 Horse Power
Shall have Auto Start Capabilities when Waste Water Reaches ¼" Level
Shall Automatically Stop one Waste Water is below ¼" Level
Shall Include a Protective Plastic Case
Thermal Auto Reset 30 gallons per minute (gpm)
Shall start when Waste Water reaches
Quantity 001ea (Example F-WSP33AA)

 Hazmat Decontamination Elevation Grid
Minimum Dimension: 3' X 2' X 2 7/8" H
Quantity 009ea (Example F-TDMSPC)

 3 Outlet Multi Manifold
Quantity 001ea (Example F-MMU)

 Bladder Tank
Quantity 001ea (Example F-HD300BT)

 Tarp
Quantity 001ea (Example F-GS3)

Complete System Qty: 002 ea.

PACKAGING - FOR SHIPPING METHOD OVERVIEW
Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids Wood packaging materials must be ISPM certified Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized

OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading.

WOOD PACKAGING MATERIAL: United States Transportation Command (USTRANSCOM) and Government of Japan regulations require that all wooden packaging material must be treated and certified according to International Standards for Phytosanitary Measures Number 15 (ISPM no. 15). All types of wood packaging must be heat treated or fumigated and marked with the international approved logo, which can be found at the link: http://www.pps.go.jp/konpozai/pamp/e_pamp.pdf. Wood packaging material without this mark (Annex II, ISPM NO.15), will be inspected at ports of entry by plant quarantine officers for confirmation of compliance with the regulation. Items not properly marked, or that are not in compliance with regulations, will be rejected at port of embarkation. The vendor shall be responsible for return shipping costs for those shipments that do not comply with the specified packing regulations.

PALLETIZATION: Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized, properly packed, and marked.

The following provisions and clauses apply to this acquisition:
FAR 52.204-2 Security Requirements,
FAR 52.204-3 Taxpayer Identification,
FAR 52.204-6 Data Universal Numbering System Number,
FAR 52.204-7 Central Contractor Registration,
FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontractor Awards, FAR 52.204-12 Data Universal Numbering System Number Maintenance,
FAR 52.204-13 System for Award Management Maintenance,
FAR 52.211-6 Brand Name or Equal,
FAR 52.211-17 Delivery of Excess Quantities,
FAR 52.212-1 Instruction to Offeror-Commercial Items,
FAR 52.212-2 Evaluation-Commercial Items,
FAR 52.212-3 Offer Representation and Certifications-Commercial Items,
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items,
FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items,
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies,
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.223-15 Energy Efficiency in Energy- Consuming Products,
FAR 52.225-13 Restrictions on Certain Foreign Purchases,
FAR 52.225-14 Inconsistency between English Version and Translation of Contract,
FAR 52.225-17 Evaluation of Foreign Currency Offers,
FAR 52.232-1 Payments,
FAR 52.232-8 Discounts for Prompt Payment,
FAR 52.232-18 Availability of Funds,
FAR 52.232-33 Payment by Electronic Funds Transfer,
FAR 52.233-1 Disputes,
FAR 52.233-3 Protest After Award,
FAR 52.233-4 Applicable Law for Breach of Contract Claim,
FAR 52.247-34 F.O.B. Destination

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights,
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7003 Control of Government Personal Work Product,
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.211-7003 Item Identification and Valuation,
DFARS 252.211-7006: Radio Frequency Identification,
DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items,
DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States,
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7008 Assignment of Claims (Overseas),
DFARS 252.232-7010 Levies on Contract Payments,
DFARS 252.233-7001 Choice of Law (Overseas), and
DFARS 252.243-7001 Pricing of Contract Modifications.

Responsible quoters must be active in the System for Award Management in accordance with DFARS 252.204-7004 Alternate A, and DFARS 252.232-7006 Wide Area Work Flow Payment Instructions

Note: Full text of each FAR and DFARS clause may be accessed electronically at http://farsite.hill.af.mil/

Payment shall be made electronically by DFAS Columbus, utilizing Wide Area WorkFlow (WAWF-iRAPT) for CONUS quotes, and by DFAS Yokota Japan for local quotes.

Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the MCIPAC Regional Contracting Office NLT then the expiration of this RFQ.

(End of RFQ)

 

Bid Protests Not Available

Similar Past Bids

Tracy California 09 Feb 2015 at 1 AM
Fpo Ap 22 Jan 2016 at 12 AM
Tracy California 01 Dec 2014 at 1 AM
California 24 Nov 2015 at 1 AM
Tracy California 04 Nov 2014 at 6 AM

Similar Opportunities

Tinker air force base Oklahoma 12 Aug 2025 at 6 PM
Springfield Massachusetts 11 Jul 2025 at 6 PM
Tinker air force base Oklahoma 09 Jul 2025 at 6 PM
Wardsboro Vermont 08 Jul 2025 at 9 PM
Mechanicsburg Pennsylvania 11 Jul 2025 at 8 PM