To place a bid or register go to Unison Marketplace

View Details for Buy # 1111618

View Other Versions: 1111618_01 

General Buy Information

Buy #: 1111618  
Solicitation #: HILLDESJDB0008
Buy Description: Structural Firefighting PPE
Category: 42 -- Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials
Sub Category: 4210 -- Fire Fighting Equipment
NAICS: 922160 -- Fire Protection
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 08/19/2022
End Time: 17:00 ET
Seller Question Deadline: 8/16/2022 - 17:00 ET
Delivery: 90 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Lion V-force Bi-swing coat, custom fit, or equal 7 EA
002 Coat liner and moisture barrier, traditional liner, glide ice face cloth quilted to DWR treated 2.3 oz NOMEX, Kevlar spunlace and DWR treated 1.5 oz AraFlo crosstech black, PTFE/Nomex pajama checkered or equal 7 EA
003 Coat elbow reinforcement, contoured self fabric elbow patch- no padding, V-force Bi-swing or equal 7 EA
004 Coat shoulder reinforcement, self fabric shoulder caps w/ GIC E-88 foam padding or equal 7 EA
005 Coat closure system, 2.5" stormflap w/ 2 layers self fabric and 1 layer gore, thermal plastic zipper, 1.5" hook and loop out w/ PCA tab for v_fit bi-swing coat or equal 7 EA
006 Coat pocket, front bottom left and right, 9x9x2" semi bellow and handwarmer combination pocket w/ 6" opening on b/w side, Kevlar twill backer, handwarmer lined w/ semper dri. 2 pcs 1.5x3" loop on pocket, 1.5x3" hook on flap, 2 layers lite-n-dri insd flap corner and PCA tab out, V-force pocket or equal 7 EA
007 Radio pocket, left chest, 3.5x9.2" radio pocket w/ poly cotton fully lined all 3 sides inside pocket 1pc. 1x2" loop on pocket and 1 pc. 1x2" hook on flap, antenna notch on each side on flap or equal 7 EA
008 American flag emblem 2x3" on left sleeve or equal 7 EA
009 Flashlight strap, right chest 2' above chest trim, 1x12" self fabric strap with 1 pc 1x3" hook on one end and 1 pc. 1x3" loop on opposite end, strap X-stitched to shell, 2 tacks or equal 7 EA
010 Flashlight snap-hook, right chest, 1x2" 2 layer self fabric 703 flashlite snap holder with 2 bartacks or equal 7 EA
011 Lettering patches, 5x18" contoured 2 layer self fabric one line letter patch to be attached to the hem of coat or equal 7 EA
012 Lettering patch attachment, 1.5x18" loop sewn to coat back inside at hem, 1.5x18" hook to top edge of 5x18" patch. Loop sewn to hem with white thread thru the trim or equal 7 EA
013 1 male snap at top corners of letter patch and 2 female logo snaps on inside of shell to align with the male snaps= 2 male and 2 female nonlogo snaps or equal 7 EA
014 Sewn On 3" Lime/Yellow 3M™ Scotchlite™ Letters (each line) 6 -12 Alpha Numeric Name Characters, Lettering shall be Firefighters last name or equal 7 EA
015 Sewn On 3" Lime/Yellow 3MTM Scotchlite™ Letters (each line) 6 - 12 Alpha Numeric Name Characters, Lettering to read A.P. Hill or equal 7 EA
016 Sewn On 3" Lime/Yellow 3MTM Scotchlite™ Letters (each line) 6 - 12 Alpha Numeric Name Characters, Lettering to read FIRE or equal 7 EA
017 Mic Tab (2) 1 x3" triple layer self fabric mic tab bartacked each end, location 1) Left Chest above Radio Pocket; (1) storm flap 5" below top (ends closer to fit). or equal 7 EA
018 Coat Outer Yoke Reinforcement 11" Chambray 2 layer treated AraFlo® across back & sleeve reinforcement that is 8" in length & 12" across sleeve for V-Force Bi-Swing coat. or equal 7 EA
019 Hanger Loop (Std) 5/8" x 5 1/2" Self fabric hangerloop. or equal 7 EA
020 Coat Inner Yoke Reinforcement, Semper Ori® front and back yokes sewn to coat thermal liners, V-Force Bi-Swingor equal 7 EA
021 Coat Water Well, Chambray DWR 2-Layer Ara Flo E89 Quilt with Chambray face cloth//Pajama Check CROSSTECH with 1" elastic wrist shield. Waterwell with 3/4" loop, male snap, sewn to coat liner sleeves. - V-Fit or equal 7 EA
022 Coat Wristlets, 8" isodri® over the hand- KEVLAR®/ NOMEX® / Spandex® construction or equal 7 EA
023 Coat Outer Shell Material PBI® Max, 7.0 oz., Natural Color or equal 7 EA
024 Reflective Trim 3" Viz-a-V™ Yellow Ventilated Triple Trim for V-Force or equal 7 EA
025 Drag Rescue Device, Firefighter Recovery Harness with 2" welt and 5.25x2.25" flap with rounded corners. 1 piece 1 x2" loop for harness storage. 2 pieces 1 x2" loop on shell flap closure, 2 pieces 1 x2" hook on flap. 1 piece 1.5x2" hook on harness. 1 piece 2x2" loop underneath chest trim for harness storage, 1 pair 1x3.5" self-fabric straps with 1x2" hook and loop or equal 7 EA
026 Coat Shell Attachment, 1 x2" Self Fabric strap w/ 1 end sewn to coat shell & opposite end loose w/ 1 female non-logo snap, 1 male snap on liner centered at bottom rear panel to align w/ the female snap or equal 7 EA
027 Coat Collar, 3" split self fabric collar with CROSSTECH® PJ lined. 2 pieces 1 x3" hook on each end inside and two pieces 1" hook set 1 /2" from center along top edge for liner attachment. 1.5x4" hook&loop for front closure. V-Fit or equal 7 EA
028 Collar Flashing, (Std) 3" Self fabric, PJ CROSSTECH lined split collar with 2 pieces 1 x3" loop on moisture barrier, 2 pieces 1" loop set 1 /2" from center along top edge for attachment to shell or equal 7 EA
029 Liner Inspection System, Coat liner inspection system located at center right front of liner, with 1x4" loop. V-Fit coats or equal 7 EA
030 MISC. Fasteners, 1.5x3" hook sewn to right front shell for the Coat Liner Inspection System - V-Fit or equal 7 EA
031 Coat Cuff Reinforcement, Black Poly-Coated Aramid Cuff Reinforcements - V-Fit or equal 7 EA
032 Custom turnout pants, LION® Turnout V-Force® Pant or equal 7 EA
033 Pant Liner & Moisture Barrier, Traditional Liner, Glide Ice ™ face cloth quilted to DWR treated 2.3 oz NOMEX®/Kevlar® spunlace & DWR treated 1.5 oz AraFlo®, CROSSTECH® BLACK (Type 2F) PTFE/Nomex® Pajama Check laminated membrane or equal 7 EA
034 Liner Inspection System, Pant liner inspection system with 1x3" loop located at right side of liner waist or equal 7 EA
035 MISC. Fasteners, x3" hook sewn to right shell front for the pant liner inspection system or equal 7 EA
036 Pant Outer Shell Material, PBI® Max, 7.0 oz., Natural Color or equal 7 EA
037 Pant Fly Closure, Sewn on pant FLY with PJ CROSSTECH®, closure thermo plastic zipper inside with 1.5" hook & loop, 3/4" hook underneath PJ crosstech for liner attachment. V-Fit or equal 7 EA
038 Belt, 2" wide KEVLAR® belt with 2" self-locking thermoplastic buckle with quick release mechanism or equal 7 EA
039 Belt Loops, 3 belt loops, 4" wide by 3.5" high, 2-layer self-fabric, double stitched to pant shell, bartacked all four corners or equal 7 EA
040 Leg Tabs, 2 Gold Leather leg tabs per leg with non-logo female snaps or equal 7 EA
041 Pant Knee Reinforcement, Black Poly coated aramid contoured knees with 3 layers Lite-N-Dri padding V-Fit or equal 7 EA
042 Pant Cuff Reinforcement, Black Poly-coated aramid pant cuffs and 3x3.5" kick shield or equal 7 EA
043 "Boot cut" pant legs or equal 7 EA
044 Turn-Out Pant Pockets, Left thigh, 0x1 0x2" Full bellow pocket w/ KEVLAR® twill fully lined all 4 sides, 1 pc. 1 x1 0" loop on pocket & 3 pcs. 1 x3" hook on flap or equal 7 EA
045 Turn-Out Pant Pockets, Right thigh, 9x1 0x2" Full Bellow Poclet w/ KEVLAR® lined all 4 sides, (2) add layer of outer shell fabric lined with KEVLAR® on shell inside pocket, first layer 6.5" high, second layer 4.5" high, both layers stitched in 3" increments to create 6 comp, 1 pc. 2x9" loop on pocket, 3 pcs 1 .5x3" hook on shell or equal 7 EA
046 3" Lime/Yellow Ventilated Triple Trim Reflective trim around leg bottoms- 4 rows lockstitch or equal 7 EA
047 Suspender Tabs, Four 2" wide self material suspender tabs with 1.75x3" leather reinforcement. 2 male and 2 female logo snaps, attached to waist with 2 on the front and 2 on the back. Reinforced with 2 bartacks on each tab or equal 7 EA
048 Suspenders, 42" V-BACK quick adjust padded suspenders, 2" Metal Loops - Red Note: The suspender length includes the 2.5" snap tabs on the pants or equal 7 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement 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.
Provisions 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.
Clauses 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.
SAM Registration 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 Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 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 Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The 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.
Service Terms: "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 Government Buildings, 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, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION 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.
Basis of Award 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 No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions 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.
Buy American Act 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*****
Provision 52.204-26 Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort AP Hill VA   22427

Seller Attachment(s): Required

MANDATORY_-_52_204-26
MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
002 MANDATORY_-_52_204-26.docx   13 KB