Alabama Bids > Bid Detail

42--Battery Powered Extrication Tools

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159149371500611
Posted Date: Jul 19, 2023
Due Date: Jul 28, 2023
Solicitation No: Novosel_Fire_Stell_2023_005
Source: https://sam.gov/opp/2cbcb9c2c6...
Follow
42--Battery Powered Extrication Tools
Active
Contract Opportunity
Notice ID
Novosel_Fire_Stell_2023_005
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 19, 2023 11:07 am EDT
  • Original Published Date: Jul 19, 2023 06:50 am EDT
  • Updated Date Offers Due: Jul 28, 2023 02:30 pm EDT
  • Original Date Offers Due: Jul 28, 2023 02:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 24, 2024
  • Original Inactive Date: Jan 24, 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:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Building 8106 36th Street Fort Novosel , AL 36362
    USA
Description View Changes
AMENDMENT NOTICE: 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 Novosel_Fire_Stell_2023_005 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 333517 with a small business size standard of 500.00 employees.

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:

2023-07-28 14:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Novosel, AL 36362

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: The following battery-operated hydraulic rescue tool shall be utilized in emergency situations; therefore, any rescue tools bid must meet the minimum requirements to be considered. All tools must be certified to NFPA 1936 2020 Standards and must be manufactured in the USA. All tools shall come with one (1) battery charger and two (2) batteries per tool., 1, EA;
LI 002: Should factory service or repair be required for any of the following equipment, bidder shall show proof that replacement equipment can be provided within 24 hours. Manufacture must provide a true lifetime warranty for the tool. Each battery-operated hydraulic rescue tool electrical components shall carry a minimum of 3 years warranty. All other components shall carry a lifetime warranty as stipulated in the manufacturers warranty terms and conditions. Each battery charger and battery shall carry the OEM warranty as per manufacturers terms and conditions. Must have a manufacture certified service program that meets or exceeds the manufactures requirements., 1, EA;
LI 003: Bid price shall include full training for individuals in the proper use and care of hydraulic rescue tools for all shifts. Training shall be performed at a time and location convenient for the purchaser., 1, EA;
LI 004: The following specifications in line items 004-005 list the minimum requirements for two (2) battery-operated hydraulic rescue cutters. The tool shall be powered by a non-proprietary battery with the following specifications: Minimum rated voltage of 18V, minimum rated input power of 8aH. Maximum Blade opening of 8.6 inches, Maximum cut reach of 5.55 inches, Maximum cutting force of 320,000 lbs. and must meet NFPA cut test standards A9, B9, C9, D9, E9, F6. The battery-operated hydraulic rescue tool shall not need to be connected to an external hydraulic source, generation of the required hydraulic pressure shall take place within the body of the tool byeither a quick exchange lithium-ion battery or an external power supply. The battery-operated hydraulic rescue tool shall be equipped with LED lights to facilitate work under poor lighting conditions. Blade arms shall be symmetrically opened/closed by mechanical joints for the purpose of cutting. The body of the tool shall be made of aviation grade anti-corrosive light aluminum alloy with an anodized surface finish for its lightweight, strength and long life. The minimum cutter opening shall be 8.6 inches (218.4mm) measured at the end of the blade tips. The cutter will be of unique blade geometry blade design for maximum cutting performance. The blades shall be made of high strength tool steel heat-treated blades. Blades shall be a minimum 19mm thick (each blade) and be re-grindable (Forged or cast blades will not be accepted.). The blades of the tool should be attached to the piston rod via removable links for ease of repair, efficient power transmission and smooth operation. The pivot points of the blades shall have a rubber booted hand guard for safety purposes. The tool shall feature a 360° handle to enable the user to have a 360° rotation on the tool. The control mechanism shall feature a star-grip control for ease of operation by allowing 360º operations in any position. The control mechanism shall allow for thumb control option as well as a fully enclosed hand operation. The control mechanism shall allow for a turn radius of only 27°. The opening and closing positions shall be clearly marked. The tool shall have a dead man actuator, whereby the unit stop functioning when the control handle is released. The tool shall be equipped with a dual pilot check valve to prevent accidental movement of the blades in the event of power loss. The hydraulic system shall use ISO 22 mineral based hydraulic oil. The tool dimensions including the battery shall not exceed: Length 34.6 inches (878.8mm) / Width 11.63 inches (295.4mm) / Height 7 inches (177.8mm)., 2, EA;
LI 005: The tool shall not weigh more than 60.8 lbs. (27.6kg) including battery and ready for use. The minimum operating pressure of the tool shall be 10,500 psi (724 bar). The tool shall be protected from being over pressurized. The tool shall be able to tolerate an ambient temperature range of -4ºF (-20ºC) up to +104ºF (+40ºC). The noise emissions at nominal voltage measured at maximum load generated shall not exceed 74 dB(A). The tool shall be capable of being operated by 1 person. The tool must be NFPA 1936; 2020 Edition certified. The hydraulic pump shall be driven by a DC motor. The tool shall have a minimum IP rating of IP54., 2, EA;
LI 006: The following specifications list the minimum requirements for two (2) battery operated hydraulic rescue spreaders. Maximum Spread distance of 31.50 inches, Maximum spread force range of 50,692 lbs.- 201,420 lbs., Maximum Pull distance of 22.25 inches, Maximum Pull rate of 9.339 lbs., and certified to NFPA 1936. The battery-operated hydraulic rescue tool shall not need to be connected to an external hydraulic source, generation of the required hydraulic pressure shall take place within the body of the tool by either a quick exchange lithium-ion battery or an external power supply. The battery-operated hydraulic rescue tool shall be equipped with LED lights to facilitate work under poor lighting conditions. Spreader arms shall be symmetrically opened/closed by mechanical joints for the purpose of spreading. The body of the tool shall be made of aviation grade anti-corrosive light aluminum alloy with an anodized surface finish for its lightweight, strength and long life. The spreader arms shall be manufactured from aviation grade aluminum. The spreader shall have automotive/grabber-jaw tips that will perform all spreading and crushing techniques commonly used in extrication without the need to change tips. Tips shall be constructed of hardened tool steel and shall not be field removable. Each spreader arm shall have a hole for attaching pulling attachments on the tips. The tool shall feature a D shape wrap around handle for left- and right-hand operations enabling a 270° rotation on the tool. The control mechanism shall feature a star-grip control for ease of operation by allowing 360° operations in any position. The control mechanism shall allow for thumb control option as well as a fully enclosed hand operation. The control mechanism shall allow for a turn radius of only 27°. The opening and closing positions shall be clearly marked. The tool shall have a "dead man" actuator, whereby the unit stop functioning when the control handle is released. The tool shall be equipped with a dual pilot check valve to prevent accidental movement of the blades in the event of power loss. The hydraulic system shall use ISO 22 mineral based hydraulic oil. The tool shall be protected from being over pressurized. The tool shall be able to tolerate an ambient temperature range of -42F (-202C) up to +1042F (+402C). The noise emissions at nominal voltage measured at maximum load generated shall not exceed 74 dB(A). The tool shall have a minimum IP rating of IP54. The tool dimensions including the battery shall not exceed: Length 38.9 inches (988.1mm) / Width13.6 inches (345.4mm) / Height 8.9 inches (226mm). The tool shall not weigh more than 55.9 lbs. (25.4kg) including battery and ready for use. The minimum operating pressure of the tool shall be 10,500 psi (724 bar). The tool must be NFPA 1936; 2020 Edition certified. The tool shall be capable of being operated by 1 person. The hydraulic pump shall be driven by a DC motor., 2, EA;
LI 007: The following specifications list the minimum requirements for one (1) battery operated hydraulic ram. Closed length 21.50 inches, Extended length 42.25 inches, 1st Stage stroke 12.95 inches, 2nd Stage stroke 8.7 inches, 1st Stage push force 38,067 LBS, 2nd Stage push force 13,088 LBS. and certified to NFPA 1936. The battery-operated hydraulic rescue tool shall not need to be connected to an external hydraulic source, generation of the required hydraulic pressure shall take place within the body of the tool by either a quick exchange lithium-ion battery or an external power supply. The battery-operated hydraulic rescue tool shall be equipped with LED lights to facilitate work under poor lighting conditions. The ram shall have penetrating teeth on both Ram tip and base for increased safety during displacement of various structures. The ram base and head shall be manufactured from high strength heat-treated tool steel. The body of the tool shall be made of steel for strength and long life. The maximum extended length shall be 42.25 inches (1073.15mm) measured from the tip to the base of the ram. The closed length shall not exceed 21.5 inches (546.1mm) measured from the tip of the ram to the base of the ram.The minimum 1st stage push force shall be 32 980 lbs. (145kn). The minimum 2nd stage push force shall be 12 883 lbs. (57.3kn). The control mechanism shall feature a star-grip control for ease of operation by allowing 360º operations in any position. The control mechanism shall allow for thumb control option as well as a fully enclosed hand operation. The control mechanism shall allow for a turn radius of only 27°. The opening and closing positions shall be clearly marked. The tool shall have a dead man actuator, whereby the unit stop functioning when the control handle is released. The tool shall be equipped with a dual pilot check valve to prevent accidental movement of the blades in the event of power loss. The hydraulic system shall use ISO 22 mineral based hydraulic oil. The closed tool dimensions including the battery shall not exceed: Length 21.5 inches (546.1mm), Width 8.1 inches (205.7mm), Height 10.75 inches (273mm). The tool shall not weigh more than 41 lbs. (18.6kg) including battery and ready for use. The minimum operating pressure of the tool shall be 10,500 psi (724 bar). The tool shall be protected from being over pressurized. The tool shall be able to tolerate an ambient temperature range of -4ºF (-20ºC) up to +104ºF (+40ºC). The noise emissions at nominal voltage measured at maximum load generated shall not exceed 74 dB(A). The tool must be NFPA 1936; 2020 Edition certified. The hydraulic pump shall be driven by a DC motor. The tool shall have a minimum IP rating of IP54., 1, EA;
LI 008: The following specifications list the minimum requirements for two (2) battery operated hydraulic rams. Closed maximum length 25.50 inches, Extended length 41.00 inches, Maximum push force 37,005 LBS, Maximum pull force 8,293 LBS and certified to NFPA 1936. The battery-operated hydraulic rescue tool shall not need to be connected to an external hydraulic source, generation of the required hydraulic pressure shall take place within the body of the tool by either a quick exchange lithium-ion battery or an external power supply. The battery-operated hydraulic rescue tool shall be equipped with LED lights to facilitate work under poor lighting conditions. The ram shall have penetrating teeth on both Ram tip and base for increased safety during displacement of various structures. The ram base and head shall be manufactured from high strength heat-treated tool steel. The body of the tool shall be made of steel for strength and long life. The minimum extended length shall be 41 inches (1041.4mm) measured from the tip to the base of the ram. The closed length shall not exceed 25.5 inches (647.7mm) measured from the tip of the ram to the base of the ram. The maximum pull force shall be 7,800 lbs. (34.7kn). The ram shall be capable of being extended with optional supplied piston rods. The ram heads shall be capable of being changed and accommodate different head options. The control mechanism shall feature a star-grip control for ease of operation by allowing 360º operations in any position. The control mechanism shall allow for thumb control option as well as a fully enclosed hand operation. The control mechanism shall allow for a turn radius of only 27°. The opening and closing positions shall be clearly marked. The tool shall have a dead man actuator, whereby the unit stop functioning when the control handle is released. The tool shall be equipped with a dual pilot check valve to prevent accidental movement of the blades in the event of power loss. The hydraulic system shall use ISO 22 mineral based hydraulic oil. The closed tool dimensions including the battery shall not exceed: Length 25.5 inches (647.7mm), Width 8.1 inches (205.7mm), Height 10.75 inches (273mm). The tool shall not weigh more than 43 lbs. (19.5kg) including battery and ready for use. The minimum operating pressure of the tool shall be 10,500 psi (724 bar). The tool shall be protected from being over pressurized. The tool shall be able to tolerate an ambient temperature range of -4ºF (-20ºC) up to +104ºF (+40ºC). The noise emissions at nominal voltage measured at maximum load generated shall not exceed 74 dB(A). The tool must be NFPA 1936; 2020 Edition certified. Battery shall be top mounted. The hydraulic pump shall be driven by a DC motor. The tool shall have a minimum IP rating of IP54., 2, EA;
LI 009: Seven (7) spare batteries in addition to the two (2) batteries supplied with each tool. The tool shall be powered by a non-proprietary battery with the following specifications: Minimum rated voltage of 18V, minimum rated input power of 8aH. Each battery charger and battery shall carry the OEM warranty as per manufacturers terms and conditions., 7, EA;
LI 010: RAM base extension kit equipped with a 6", 12" and 18" extension., 1, EA;
LI 011: All required bulldog mounting brackets and hardware., 7, 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

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 >